151
AL DAMOOK AL KUT, WASSIT PROVINCE AL DAMAOOK (WASSIT PROVINCE) LOCAL POLICE STATION, AL KUT, WASSIT PROVINCE, IRAQ This project includes the Construction of a New 3 Story (Tiny) Police Station and Compound located in Al Kut, Wassit Province, Iraq. FAR 36.204 - Magnitude of Construction: Between $1,000,000 and $5,000,000 SUBMIT PROPOSAL NO LATER THAN 12 JULY 2009, BY 2:00PM TO: [email protected] All questions shall be submitted no later than 7 July 2009. NOTICE: Return Section 00600, "Representations and Certifications" and requested pre-aw and information from Sections 00010" Solicitation. NOTE: Please complete Tax Payer Identification form in Section 00600, Representations & Certifications and Cost Break Down Sheet in Section 00100, Bidding Schedule/Instructions to Bidders and return with your proposal. SEE SECTION 00100, FAR CLAUSE 52.236-27, FOR SITE VISIT ARRANGEMENTS. LOUELLA SIMONETTI NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS NEGOTIATED 27-Jun-2009 (RFP) (IFB) X CALL: LPS B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) See Item 7 2. TYPE OF SOLICITATION SEALED BID 3. DATE ISSUED 9. FOR INFORMATION A. NAME SOLICITATION NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) 11. The Contractor shall begin performance within _______ 10 calendar days and complete it within ________ 270 calendar days after receiving award, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________ 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) YES X NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and __________ 1 copies to perform the work required are due at the place specified in Item 8 by ___________ local time ______________ 12 Jul 2009 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee is, X is not required. C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than _______ 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 7. ISSUED BY CODE GULF REGION DIVISION-SOUTHERN DISTRICT W6EX GULF REGION DIVISION-SOUTHERN DISTRI KO OPERATION IRAQI FREEDOM APO AE 09331 W917BK PAGE OF PAGES 1 OF CODE (Title, identifying no., date): .) 12B. CALENDAR DAYS 02:00 PM (hour) Sealed envelopes containing offers 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. URI# 118832 8. ADDRESS OFFER TO (If Other Than Item 7) FAX: TEL: TEL: FAX: W917BK-09-R-0035 151

Anexa 1 Solicitation W917bk 09 r 0035 AL DAMOOK L

Embed Size (px)

DESCRIPTION

fdg

Citation preview

AL DAMOOK AL KUT, WASSIT PROVINCE

AL DAMAOOK (WASSIT PROVINCE) LOCAL POLICE STATION, AL KUT, WASSIT PROVINCE, IRAQ

This project includes the Construction of a New 3 Story (Tiny) Police Station and Compound located in Al Kut, Wassit Province, Iraq.

FAR 36.204 - Magnitude of Construction: Between $1,000,000 and $5,000,000

SUBMIT PROPOSAL NO LATER THAN 12 JULY 2009, BY 2:00PM TO: [email protected] All questions shall be submitted no later than 7 July 2009.

NOTICE: Return Section 00600, "Representations and Certifications" and requested pre-aw and information from Sections 00010" Solicitation.

NOTE: Please complete Tax Payer Identification form in Section 00600, Representations & Certifications and Cost Break Down Sheet in Section 00100, Bidding Schedule/Instructions to Bidders and return with your proposal.

SEE SECTION 00100, FAR CLAUSE 52.236-27, FOR SITE VISIT ARRANGEMENTS.

LOUELLA SIMONETTI

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

NEGOTIATED 27-Jun-2009

(RFP) (IFB)

X

CALL:

LPS

B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

See Item 7

2. TYPE OF SOLICITATION SEALED BID

3. DATE ISSUED

9. FOR INFORMATION A. NAME

SOLICITATION

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e)

11. The Contractor shall begin performance within _______ 10 calendar days and complete it within ________ 270 calendar days after receiving award, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________

12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.)

YES X NO

13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and __________ 1 copies to perform the work required are due at the place specified in Item 8 by ___________

local time ______________ 12 Jul 2009 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

B. An offer guarantee is, X is not required. C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than _______ 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NO.

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

4. CONTRACT NO.

7. ISSUED BY CODE GULF REGION DIVISION-SOUTHERN DISTRICT W6EX GULF REGION DIVISION-SOUTHERN DISTRI KO OPERATION IRAQI FREEDOM APO AE 09331

W917BK

PAGE OF PAGES

1 OF

CODE

(Title, identifying no., date):

.) 12B. CALENDAR DAYS

02:00 PM (hour) Sealed envelopes containing offers

5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. URI# 118832

8. ADDRESS OFFER TO (If Other Than Item 7)

FAX: TEL: TEL: FAX:

W917BK-09-R-0035 151

20B. SIGNATURE

(REV. 4-85) STANDARD FORM 1442 BACK

TO SIGN

NSN 7540-01-155-3212

SOLICITATION, OFFER, AND AWARD (Continued) (Construction, Alteration, or Repair)

CODE FACILITY CODE

17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government in writing within ________ calendar days after the date offers are due. the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

AMOUNTS SEE SCHEDULE OF PRICES

18. The offeror agrees to furnish any required performance and payment bonds. 19. ACKNOWLEDGMENT OF AMENDMENTS

(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NO.

DATE

20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print)

AWARD (To be completed by Government)

21. ITEMS ACCEPTED:

22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM (4 copies unless otherwise specified)

CODE

(Insert any number equal to or greater than

20C. OFFER DATE

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c) 41 U.S.C. 253(c)

CODE 27. PAYMENT WILL BE MADE BY: 26. ADMINISTERED BY

(Include ZIP Code) 14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

See Item 14

(Include only if different than Item 14) 16. REMITTANCE ADDRESS

30B. SIGNATURE

29. AWARD (Contractor is not required to sign this document.) document and return _______ copies to issuing office.) Contractor agrees Your offer on this solicitation, is hereby accepted as to the items listed. This award con- to furnish and deliver all items or perform all work, requisitions identified summates the contract, which consists of (a) the Government solicitation and on this form and any continuation sheets for the consideration stated in this your offer, and (b) this contract award. No further contractual document is contract. The rights and obligations of the parties to this contract shall be necessary. governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by refer- ence in or attached to this contract.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

30C. DATE

(Type or print) TEL: EMAIL:

31B. UNITED STATES OF AMERICA 31C. AWARD DATE BY

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE (Contractor is required to sign this 28. NEGOTIATED AGREEMENT

(Must be fully completed by offeror) OFFER

Section 00010 - Solicitation Contract Form

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lump Sum AL DAMOOK LOCAL POLICE STATION

FFP Mob/Demob, Design, Investigation, Survey, Testing

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lump Sum

FFP Site Work and Demolition

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Lump Sum

FFP Perimeter Wall

NET AMT

W917BK-09-R-0035 Page 3 of 151

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Lump Sum

FFP Concrete Sidewalks & Parking

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Lump Sum

FFP Site Utilities

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Lump Sum

FFP Police Station Building

NET AMT

W917BK-09-R-0035 Page 4 of 151

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Lump Sum

FFP Two (2) O&M Manuals

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Lump Sum DBA INSURANCE

FFP Security and Construction DBA Insurance. As in indicated in FAR 52.228-3 Supplement, Contractor is Required to procure Workers Compensation insurance (Defense Base Act (DBA)) coverage for employees. Contractor is expected to show proof of this insurance at the pre-construction meeting. See Section 00800 for DBA Rates DBA will be paid for actual cost from Rutherfoord invoice. POINT OF CONTACT for procuring this insurance: Program Administrator is Ramoan Jones, (703) 813-6571 [email protected]. The alternate POC is Sara Payne, Senior Vice President, (703) 813-6503 [email protected]

NET AMT

W917BK-09-R-0035 Page 5 of 151

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Lump Sum OPTION OPTION-1

FFP Block Wall Perimeter

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1 Lump Sum OPTION OPTION-2

FFP Asphalt Drives

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 1 Lump Sum OPTION OPTION-3

FFP Additional Parking Area (15 meters x 6 meters)

NET AMT

W917BK-09-R-0035 Page 6 of 151

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 1 Lump Sum OPTION OPTION-4

FFP Guard Towers

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 1 Lump Sum OPTION OPTION-5

FFP Fuel Point

NET AMT

ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 1 Lump Sum OPTION OPTION-6

FFP Open Bay Maintenance Facility (2 Bay)

NET AMT

W917BK-09-R-0035 Page 7 of 151

Section 00100 - Bidding Schedule/Instructions to Bidders

SOLICITATION INFORMATION

TASK ORDER NO: URI: 118832 TASK ORDER NAME: PROJECT NAME: Al Damook 3 Story Tiny Local Police Station PROJECT ID NO: WORK ITEM ID NO(S): PROJECT TYPE: New Construction PROJECT LOCATION: Al Kut GOVERNORATE: Wassit Province GPS COORDINATES: 32° 32’ 28.37”N/ 45° 49’ 31.82”E PROJECT OVERVIEW: The intent of this solicitation is to construct a new 3 story tiny

police station and compound.

ESTIMATED PROJECT DURATION: 270 days USACE CONSTRUCTION CONTRACTING POINT OF CONTACT:

W917BK-09-R-0035 Page 8 of 151

SITE LOCATION MAP

PROJECT TITLE: Al Damook Local Police Station URI: 118832 PROVINCE: Wassit COORDINATES: 32° 32’ 28.37”N/ 45° 49’ 31.82”E

T-Wall

T-Wall

T-W

all

T-Wall

Septic

Gen

erat

or

Water

Concrete

Sunshade

T-Wall

Guar

d ho

use

GateTwallTwallJersey

Jersey

TwallTwall

40m

.

26m

.

Guar

d Towe

r

Guar

d Towe

r

Guar

d Towe

r

Guar

d Towe

r

LOCATION: The location of this police station is in Al Kut, Wassit Province.

PROJECT PURPOSE: The intent of this solicitation is to construct a new 3 story tiny local police station compound.

W917BK-09-R-0035 Page 9 of 151

Ground Floor

W917BK-09-R-0035 Page 10 of 151

First Floor

W917BK-09-R-0035 Page 11 of 151

Second Floor

W917BK-09-R-0035 Page 12 of 151

Roof Plan

W917BK-09-R-0035 Page 13 of 151

SUBMISSION REQUIREMENTS NOTE: REFERENCE CLAUSE 52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984) The Contractor shall perform on the site, and with its own organization, work equivalent to at least FIFTY-ONE (51%) percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. (End of clause) In order for your proposal to be considered, it MUST be prepared in ENGLISH, and must be submitted electronically in either “word” or “pdf” format and email to: [email protected] Proposal are due by 12 July 2009, 1400 (2:00PM Iraq Time) Submit Proposal in two Volumes; Volume 1 Technical and Volume 2 Price. SUBMISSION REQUIREMENTS FOR TECHNICAL PROPOSAL Volume 1: Technical Proposal shall be typed, with numbered pages and sections tabbed which only include the items which are requested below; do not include any additional information that is not listed on these pages. Limit photographs to NO more than 3 pages. The proposal is limited to no more than 50 pages for Volume 1 on 8-1/2" x 11" sheets, including the designs/sketches, and letters of recommendation / evaluations / related certificates. Do not use condensed print. Do not submit any extraneous materials with your proposal.

W917BK-09-R-0035 Page 14 of 151

Technical Evaluation Factors

FACTOR 1 – Technical/Management Approach: The offeror must provide sufficient narrative statements about how the offeror will manage the project being solicited. This shall include:

a. An organization chart for the specific project including but not limited to management, Project Manager, Safety, QA/QC, and Superintendent of the project. Please include skill sets which explain work force to be utilized on project.

b. A construction schedule for performance from start to completion of the project. This schedule must define

as a minimum project start up, design, procurement, construction, commissioning, and handover of project. Automated formats of this schedule are preferred.

c. A list of Ongoing Construction work: The offeror shall submit a list of all ongoing design and construction

projects with percentage of completion or a statement that they have no ongoing projects, if that is the case for the offeror. Also provide on this list whether offeror was the prime or the subcontractor for this ongoing work.

Evaluation. The government will review the requirements for this factor which is provided by the offeror and evaluate if the contractor has the required staff to implement the project, and an understanding of the required design and construction steps necessary for completion of the project identified in the solicitation. The government will assess your current workload by accessing its RMS database and also utilize knowledge of government personnel. The list of on-going construction work provided by the offeror will also be used to assess the offeror’s current workload.

3. FACTOR 2 – Experience: The offeror must provide sufficient narrative statements about previous work experience with at least two (2) and no more than five (5) projects successfully completed or substantially completed within the past five (5) years that are of similar scope and magnitude as the solicitation. The statements should demonstrate the offeror’s specialized experience of projects undertaken of a similar nature and value to the proposed project in Iraq or the Middle East. The information presented in the offeror’s submittal will comprise the input for evaluation of this factor.

The offeror shall list project experience to include the following criteria:

a) A description of the project’s scope and magnitude. b) Location of the projects (City, Province) c) List whether the offeror was the prime or sub-contractor. If the sub-contractor what work was performed by offeror.

d) Customer contact information (names, telephone numbers, email addresses)

Evaluation. The Government will review the projects provided by the offeror and evaluate the recent relevant specialized experience of the offeror on projects similar in scope, size, and complexity to the projects identified in the solicitation.

W917BK-09-R-0035 Page 15 of 151

FACTOR 2: EXPERIENCE Please complete and submit one form for each Project (no more than five) your Company has performed during the past five (5) years in Iraq that was similar in scope and complexity to this project:

Project Title (including contract number)

Project Location (name of town and province)

Name of Customer’s Representative

Customer Contact Information: E-mail and Phone Number

Project Dollar Value

Project Start Date and Completion Date

Was the project completed on time? If not, what delayed the

work?

Was Your Company the Prime Contractor or the Sub-Contractor?

Project Description: (Describe the work your company

completed for the project.)

4. FACTOR 3 – Security: The offeror must provide sufficient documentation demonstrating the ability to provide a secure work environment in the proposed project area. Information should include:

a. A plan that describes how the offeror is going to provide security for materials and workers on the project site. This plan should also detail how the offeror intends to mitigate threats to workers at the project site. In addition, it should demonstrate the offeror’s plans to secure and protect the site during construction.

b. A statement as to how the contractor will address local customs and requirements and how they will

perform if there is resistance to their presence in the area.

W917BK-09-R-0035 Page 16 of 151

Evaluation. The government will review the security plan provided by the offeror and evaluate the contractor’s capability to secure the site based on the information provided

5. FACTOR 4 – Past Performance: The offeror must provide sufficient evidence showing customer satisfaction and timeliness on completed projects. This should include:

a. Offeror’s shall submit at least two (2) and not more than five (5) contracts completed in the past five (5) years that demonstrates the offeror’s commitment to customer satisfaction and satisfactory or better performance. Offerors are cautioned to take care in selecting projects for review that are both relevant to work proposed in this project and accurately reflect the offeror’s past performance capabilities. Projects successfully completed should be similar in size and scope to this project. Work performed for the U.S. Army Corps of Engineers and/or in the provinces of Iraq will be given more consideration.

b. Letters of recommendation for completed projects, Construction Contract Administration Support System (CCASS) evaluations issued at the completion of Corps of Engineer projects, and any non-Corps of Engineer contracts performance rating should be submitted to demonstrate offeror’s performance capabilities and customer satisfaction. Please submit any Letters of Recommendation received for submitted Factor 2 (Experience) projects, or any other Letters of Recommendation or evaluations you have received in the past five (5) years. This will be some of the information used to show customer satisfaction and a commitment to complete quality construction projects.

Evaluation. The government will evaluate all information available with respect to whether prior customers are

satisfied with the offeror’s completed work. Information available will also be reviewed with respect to how well the contractor satisfies its customers, complies with contract requirements, or delivers a quality product in a timely manner. The government may contact sources other than those provided for information with respect to past performance. These other sources may include telephone interviews with organizations familiar with the offeror’s performances, government personnel with personal knowledge of their past performance, and any other sources of relevant past performance information. The government will assign a “Neutral” rating to an offeror 5.

W917BK-09-R-0035 Page 17 of 151

SUBMISSION REQUIREMENTS FOR PRICE PROPOSAL -Volume 2

Price Schedule. The Price Schedule, as reflected in CLIN 0001 through CLIN 0014 shall reflect the offeror’s total price for satisfying all of the requirements set forth in this solicitation, including performing all work described in the Scope of Work.

Proposal Cost Breakdown. Offerors are required to submit the Cost Breakdown Sheet with Volume 2 Price Proposal. The Cost Breakdown is intended to reflect a more detailed breakdown of the work set forth in the Price Schedule (CLIN 0001 - 0014) so that the Government can perform an analysis of your proposed price. The Cost Breakdown is also intended to summarize all of the work set forth in the Scope of Work. If there is a conflict between the requirements set forth in the Scope of Work and the Cost Breakdown, the Scope of Work shall control and the missing element’s price should be reflected in your lump sum total. Accordingly, the government cautions all offerors to carefully read the Scope of Work in addition to the Cost Breakdown Sheet and ensure that they have included in their lump sum for each CLINS all work identified in the Scope of Work. The Government reminds offerors that they are using their business judgment to propose a firm fixed price and will be responsible for any underestimates.

W917BK-09-R-0035 Page 18 of 151

Proposal Cost Breakdown

Gulf Region Division - Southern District (GRS) Al Damook 3 Story Tiny Police Station Compound URI 118832

Note: This Proposal Cost Breakdown is for government proposal analysis purposes only. The contract will be awarded based on the Contract Line Items in Section 00010. The contractor is responsible for using their business judgment to propose a firm fixed price. The contractor shall verify that the quantity of each of the items is sufficient to complete all of the works indicated in the scope of work and will be responsible for any miscalculations of quantity or work required. This document must be included as part of Volume 2, Price Proposal.

Work Item

SOW Para

1

Mob/Demob, Design, Investigation, Survey, Testing Total Price

4.1

01-01 Mobilization and Demobilization of equipment and personnel 01-02 Initial Site Survey and Investigation

01-03 99% Architectural and engineering design analysis, design specifications, and drawings

01-04 100% Architectural and engineering design analysis, design specifications, and drawings

01-05 Site layout 01-06 Lab Testing, Field Testing, and Documentation

Sub Total:

2

Site Work and Demolition Total Price

4.2

02-01 Clear and Grub the project site 02-02 Demolition 02-03 Site Grading and Compaction 02-04 Storm Water Drainage 02-05 Gravel cover for unpaved areas

Sub Total:

3

Perimeter Wall Total Price

03-01 Vehicle Entry Control Point 03-02 T-Wall Perimeter

Sub Total:

4

Concrete Sidewalks & Parking Total Price

4.4

04-01 Concrete Sidewalks 1.2m wide 04-02 15m x 6m Concrete Parking Area with Sunshades 04-03 Misc. concrete pavement 04-04 Aggregate Surface Course

Sub Total:

5

Site Utilities Total Price

4.5

Water Supply & Distribution System (Area) 05-01 Water Tank Supply System 05-02 Connect Water Tank Supply System to Local Network 05-03 Connect Water Tanks to building 05-04 Electrical connection for all water supply and distribution equipment

Waste Water Collection & Treatment System (Area)

W917BK-09-R-0035 Page 19 of 151

05-05 Septic Tank System Sized for 100 people 05-06 Connect building to the Septic Tank System

Electrical Supply & Distribution System (Area) 05-07 Construct Generator slab and sunshade 05-08 Provide and install generators (1 Generator if Local power available) 05-09 Connect to Local Power Grid 05-10 Provide and install Fuel tank 05-11 Spill containment system for the fuel tank 05-12 Connections and terminations to all compound facilities

05-13 Low Voltage Electrical distribution equipment and supplies (Transfer Switches, MDPs, LDPs, breakers, Splice Kits etc.)

Sub Total:

6

Police Station Building Total Price

4.6

06-01 Site preparation 06-02 Building Foundations (Reinforced Concrete Slabs and Footings)

06-03 Building Structure (Concrete Frame with Brick Partition Walls and roofing)

06-04 Plumbing fixtures and equipment and installation

06-05 Heating, Ventilation, & Air Conditioning (HVAC) equipment and installation

06-06 Interior Electrical, Communication, and Data work 06-07 Interior Lighting 06-08 Interior Finishing (doors, windows, walls, paint, flooring, etc) 06-09 Exterior Building Lighting 06-10 Roof Mounted Guard Towers 06-11 Fire Prevention

Sub Total: Construction Total:

7 4.7 7-01

The Contractor shall submit two (2) Operations and Maintenance (O&M) manuals in English to the COR for review and acceptance at least four weeks prior to the start-up of any new pumps and motors. The O&M manual shall include standard operations procedures (SOPs) for all equipment and systems, and standard maintenance procedures (SMPs) and recommended spare parts lists for all equipment, including training.

Sub Total:

8

DBA Insurance Total Price

4.8

8-01 DBA Security Insurance: Computed at $12.50 per $100 of compensation. DBA Insurance Certification to be submitted within 10 days of contract award.

8-02 DBA Construction Insurance: Computed at $7.50 per $100 of compensation. DBA Insurance Certification to be submitted within 10 days of contract award.

Sub Total: Project Total:

W917BK-09-R-0035 Page 20 of 151

9

OPTION - 1 Block Wall Perimeter Total Price

5.1 9-01 Construct a reinforced concrete column and block perimeter wall 2.5 meters tall with access gates topped with concertina wire.

Sub Total:

10

OPTION - 2 Asphalt Drives Total Price

5.2 10-01 Pave the drives (including ECP) with 10 cm of asphalt in lieu of the 10 cm of aggregate surface course.

Sub Total:

11

OPTION - 3 Additional Parking Area (15 meters x 6 meters) Total Price

5.3 11-01 Construct a wire mesh reinforced concrete parking areas (min. 15 centimeters thick) with sunshades, 15 meters x 6 meters

Sub Total:

12

OPTION - 4 Guard Towers Total Price

5.4 12-01 Construct 4 reinforced concrete and block guard towers at 4 corners of the perimeter wall

Sub Total:

12

OPTION - 5 Fuel Point Total Price

5.5 12-01 Construct Fuel Point slab and sunshade 12-02 Install 5000L fuel tank 12-03 Construct gravity fed vehicle fill station

Sub Total:

13

OPTION - 6 Open Bay Maintenance Facility (2 Bays) Total Price

5.6

13-01 Site preparation 13-02 Building Foundations (Reinforced Concrete Slab and Footings) 13-03 Building Structure (PEB) 13-04 Concrete Aprons for bay entrances 13-05 Ventilation equipment and installation 13-06 Interior Electrical 13-07 Interior Lighting 13-08 Interior Finishing (doors, windows, walls, paint, flooring, etc) 13-09 Exterior Building Lighting 13-10 Fire Prevention

Sub Total:

Project Total with Options:

W917BK-09-R-0035 Page 21 of 151

Note: This Proposal Cost Breakdown is for government proposal analysis purposes only. The contract will be awarded based on the Contract Line Items in Section 00010. The contractor is responsible for using their business judgment to propose a firm fixed price. The contractor shall verify that the quantity of each of the items is sufficient to complete all of the works indicated in the scope of work and will be responsible for any miscalculations of quantity or work required. This document must be included as part of Volume 2, Price Proposal.

Note: The original Solicitation documents are NOT to be returned with your submission. Cover sheet with offerors full commercial details including: Company name: Solicitation responsible person: Contact telephone number: Contact email address: Cage Code: (A Cage Code is a five (5) position code that identifies companies doing or wishing to do business with the Federal Government.)

W917BK-09-R-0035 Page 22 of 151

BASIS FOR AWARD

The Government will award a contract to the responsible Offerors whose technical submittal and price proposal contains the combination of those criteria described in this document offering the best overall value to the Government. An award will be made based upon the LPTA (Lowest Priced Technically Acceptable) source selection process.

The Offeror who has the Lowest Priced Technically Acceptable offer will be awarded the Contract. The Government will award a firm-fixed price contract to the responsible Offeror whose proposal is fair and reasonable and has been determined to be the lowest priced offer that is technically acceptable. Offerors should include their best technical and price terms in their initial offer and not automatically assume that they will have an opportunity to participate in discussions or be asked to submit a revised offer. The Government may make award to an acceptable proposal without discussion, if deemed to be within the best interest of the Government.

W917BK-09-R-0035 Page 23 of 151

WIRE TRANSFER AUTHORIZATION FORM PRIVACY ACT STATEMENT The following information is provided to comply with the Privacy Act of 1974 (P.L. 93-579). All information collected on this form is required under the provisions of 31 U.S.C 3322 and 31 CFR 210. This information will be used by the U.S. Army Corps of Engineers, hereinafter called USACE, to transmit data by electronic means to vendor’s financial institution. Failure to provide the requested information may delay or prevent the receipt of payments. I hereby authorize USACE to initiate direct deposit credit entries to my (our) account indicated below and the financial institution named below, hereinafter called DEPOSITORY, to credit the same to such account. Name or (Company as shown on invoice) (1) Address: (2) City: State: Country: Postal Code: (3) Mailing Address (If different): (4) Daytime Phone or Email Address: (5) Name of Financial Institution: (6) Address: (7) City: State: Country: Postal Code: (8) SWIFT (BIC) Number: (9) Account Number: (10) Depositor Account Title: (11) Name of Corresponding Bank: (12) Address: (13) City: State: Country: Postal Code: (14) SWIFT (BIC) Number: ABA Number: (15) Account Number of Bank listed above: (16) Name of Corresponding Bank: (17) Address: (18) City: State: Country: Postal Code: (19) SWIFT (BIC) Number: ABA Number: (20) Account Number of Bank listed above: (21) SIGNATURE of Payee: ______________________________ DATE: __________________

W917BK-09-R-0035 Page 24 of 151

INSTRUCTIONS FOR COMPLETING WIRE TRANSFER AUTHORIZATION FORM

1. Include the name or Company as it appears on the invoice. This should be the same as the name on the contract.

2. This address should be the physical address of the business. 3. The city, state, country and postal code should be for the physical address. 4. The mailing address should include any and all Remit to/payment addresses that are different from the

physical address. 5. Include daytime phone number or email address in case there are questions concerning the completed

form. Payee’s Banking Information: 6. The name of the bank for the person or company listed in block 1. 7. Bank address 8. City, state, country, and postal code of the bank. 9. The SWIFT or Bank Identifier Code (BIC) of the bank. 10. The account number at this bank of the person or company listed in block 1. 11. Exact name on the above account at this bank. Bank will not credit the account if the recipient of the wire

transfer is different than the name on the account. 1st Corresponding Bank: 12. Name of corresponding bank. If this bank is not located in the United States, completion of blocks 17 –

21 is also required. 13. Address of corresponding bank. 14. City, state, country and postal code of corresponding bank. 15. SWIFT or Bank Identifier Code (BIC) (if bank is located outside the US) or ABA number of

corresponding bank. 16. Account number at corresponding bank of bank listed in block 6. 2nd Corresponding Bank: 17. Additional corresponding bank if first corresponding bank is not located in the United States. 18. Address of this corresponding bank. 19. City, state, country, and postal code of this corresponding bank. 20. SWIFT (BIC) code or ABA number of this corresponding bank. 21. Account number at this corresponding bank of the bank listed in block 12.

Blocks 17 thru 21 will only be necessary if the first corresponding bank is not located in the United States.

W917BK-09-R-0035 Page 25 of 151

W917BK-09-R-0035 Page 26 of 151

CLAUSES INCORPORATED BY REFERENCE 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.232-38 Submission of Electronic Funds Transfer Information with

Offer MAY 1999

252.204-7001 Commercial And Government Entity (CAGE) Code Reporting

AUG 1999

CLAUSES INCORPORATED BY FULL TEXT 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a FIRM FIXED PRICE contract resulting from this solicitation. (End of provision) 52.233-2 SERVICE OF PROTEST (SEP 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from

ATTN: Ceann S. Cupp, Chief, Contracting Division, BLDG 511 USACE-GRS, APO AE 09331, [email protected]

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site visits are the responsibity of the offeror to visit and evaluate the site conditions prior to submitting a proposal. Offerors must make their own arrangements to visit the site by contacting the ministry of interior, as there will be no scheduled site visit conducted by the US Army Corps of Engineers. (End of provision)

W917BK-09-R-0035 Page 27 of 151

52.236-28 -- Preparation of Proposals – Construction. As prescribed in 36.520, insert the following provision:

Preparation of Proposals -- Construction (Oct 1997) (a) Proposals must be

(1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form.

(b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including --

(1) Lump sum price; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision.

(c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d) Alternate proposals will not be considered unless this solicitation authorizes their submission.

(End of Provision)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfar.htm http://www.acquisition.gov/far/ (End of provision) DEFENSE BASE ACT INSURANCE RATES – LIMITATION – FIXED-PRICE (OCT 2008) (a) The U. S. Army Corps of Engineers (USACE) has entered into a contract with CNA Insurance to provide all Defense Base Act (DBA) insurance to USACE and JCC-I/A contractors and subcontractors at a contracted fixed rate. The fixed rates for this insurance are as follows:

Service $4.00 per $100 of employee remuneration Construction $7.50 per $100 of employee remuneration Aviation $20.00 per $100 of employee remuneration Security $12.50 per $100 of employee remuneration (b) Bidders/Offerors should compute the total compensation or total payroll, (salary, plus overseas recruitment incentive and post differential, but excludes per diem, housing allowance, travel expenses, temporary quarters allowance, education allowance and other miscellaneous post allowances) to be paid to employees who will be covered by DBA insurance. Compute the cost of DBA Insurance by utilizing the spaces provided below for the base period and whatever extension there may be thereafter, if applicable.

W917BK-09-R-0035 Page 28 of 151

(1) Compensation of Covered Employees: __________________ (Total Payroll Not Total Contract Value) Ex:: If total Payroll is $100,000.00 (2) Applicable DBA Rate: ___________________ (Use appropriate Rate) Ex: If a Service, the rate is $4.00/$100 or 4% (3) Total DBA Cost: _________________ (Amount of DBA Premium) Ex:: $100 K multiplied by 4% is $4,000.00 (c) Bidders/Offerors shall include a statement as to whether or not local nationals or third country nationals will be employed on the resultant contract. (d) CNA Insurance is utilizing Rutherfoord International as their managing Broker. The primary POC is the USACE DBA Program Administrator is Ramoan Jones, (703) 813-6571 [email protected]. The alternate POC is Sara Payne, Senior Vice President, (703) 813-6503 [email protected].

W917BK-09-R-0035 Page 29 of 151

Section 00600 - Representations & Certifications CLAUSES INCORPORATED BY REFERENCE 52.203-11 Certification And Disclosure Regarding Payments To

Influence Certain Federal Transactions SEP 2007

252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country

OCT 2006

252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government

JUN 2005

252.225-7031 Secondary Boycott of Isarael JUN 2003 252.225-7042 Authorization to Perform APR 2003 CLAUSES INCORPORATED BY FULL TEXT 52.203-2 -- Certificate of Independent Price Determination. As prescribed in 3.103-1, insert the following provision. If the solicitation is a Request for Quotations, the terms “Quotation” and “Quoter” may be substituted for “Offer” and “Offeror.” Certificate of Independent Price Determination (Apr 1985) (a) The offeror certifies that -- (1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to -- (i) Those prices; (ii) The intention to submit an offer; or (iii) The methods or factors used to calculate the prices offered. (2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition. (b) Each signature on the offer is considered to be a certification by the signatory that the signatory -- (1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror’s organization]; (ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a)(1) through (a)(3) of this provision. (c) If the offeror deletes or modifies subparagraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure. (End of Provision)

W917BK-09-R-0035 Page 30 of 151

52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). ___ TIN:.-------------------------------------------------------- ___ TIN has been applied for. XX TIN is not required because: ___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ___ Offeror is an agency or instrumentality of a foreign government; ___ Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other--------------------------------------------------------

W917BK-09-R-0035 Page 31 of 151

(f) Common parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name------------------------------------------------------------------- TIN-------------------------------------------------------------------- (End of provision) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220 (2) The small business size standard is N/A. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: (__) Paragraph (c) applies. (__) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. ------------------------------------------------------------------------ FAR Clause Title Date Change ------------------------------------------------------------------------ ------ ---------- ------ ------ ------------------------------------------------------------------------ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of Provision)

W917BK-09-R-0035 Page 32 of 151

52.209-5 -- Certification Regarding Responsibility Matters. As prescribed in 9.104-6, insert the following provision: Certification Regarding Responsibility Matters (Dec 2008) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are * are not * presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have * have not *, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (C) Are * are not * presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [ ], have not [ ], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) “Principal,” for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

W917BK-09-R-0035 Page 33 of 151

(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of Provision) 52.225-20 – Prohibition on Conducting Restricted Business Operations in Sudan--Certification. As prescribed in 25.1103(d), insert the following provision: Prohibition on Conducting Restricted Business Operations in Sudan--Certification (Jun 2008) (a) Definitions. As used in this provision— “Business operations” means engaging in commerce in any form, including by acquiring, developing, maintaining, owning, selling, possessing, leasing, or operating equipment, facilities, personnel, products, services, personal property, real property, or any other apparatus of business or commerce. “Marginalized populations of Sudan” means— (1) Adversely affected groups in regions authorized to receive assistance under section 8(c) of the Darfur Peace and Accountability Act (Pub. L. 109-344) (50 U.S.C. 1701 note); and (2) Marginalized areas in Northern Sudan described in section 4(9) of such Act. “Person” means— (1) A Natural person, corporation, company, business association, partnership, society, trust, any other nongovernmental entity, organization, or group; (2) Any governmental entity or instrumentality of a government, including a multilateral development institution (as defined in section 1701(c)(3) of the International Financial Institutions Act (22 U.S.C. 262r(c)(3)); and (3) Any successor, subunit, parent company or subsidiary of any entity described in paragraphs (1) or (2) of this definition. “Restricted business operations” means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person conducting the business can demonstrate— (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization ; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspend. (b) Certification. By submission of its offer, the offeror certifies that it does not conduct any restricted business operations in Sudan. (End of provision)

W917BK-09-R-0035 Page 34 of 151

252.225-7023 Preference for Products or Services from Iraq or Afghanistan. As prescribed in 225.7703-5(a), use the following provision: PREFERENCE FOR PRODUCTS OR SERVICES FROM IRAQ OR AFGHANISTAN (SEP 2008) (a) Definitions. “Product from Iraq or Afghanistan” and “service from Iraq or Afghanistan,” as used in this provision, are defined in the clause of this solicitation entitled “Requirement for Products or Services from Iraq or Afghanistan” (DFARS 252.225-7024). (b) Representation. The offeror represents that all products or services to be delivered under a contract resulting from this solicitation are products from Iraq or Afghanistan or services from Iraq or Afghanistan, except those listed in— (1) Paragraph (c) of this provision; or (2) Paragraph (c)(2) of the provision entitled “Trade Agreements Certificate – Inclusion of Iraqi End Products,” if included in this solicitation. (c) Other products or services. The following offered products or services are not products from Iraq or Afghanistan or services from Iraq or Afghanistan: (Line Item Number) (Country of Origin) (d) Evaluation. For the purpose of evaluating competitive offers, the Contracting Officer will increase by 50 percent the prices of offers of products or services that are not products or services from Iraq or Afghanistan. (End of provision) 252.225-7024 Requirement for Products or Services from Iraq or Afghanistan. As prescribed in 225.7703-5(b), use the following clause: REQUIREMENT FOR PRODUCTS OR SERVICES FROM IRAQ OR AFGHANISTAN (SEP 2008) (a) Definitions. As used in this clause— (1) “Product from Iraq or Afghanistan” means a product that is mined, produced, or manufactured in Iraq or Afghanistan. (2) “Service from Iraq or Afghanistan” means a service that is performed in Iraq or Afghanistan predominantly by citizens or permanent resident aliens of Iraq or Afghanistan. (b) The Contractor shall provide only products from Iraq or Afghanistan or services from Iraq or Afghanistan under this contract, unless, in its offer, it specified that it would provide products or services other than products from Iraq or Afghanistan or services from Iraq or Afghanistan. (End of clause) 252.247-7022 Representation of Extent of Transportation by Sea. As prescribed in 247.574(a), use the following provision: REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term “supplies” is defined in the Transportation of Supplies by Sea clause of this solicitation. (b) Representation. The Offeror represents that it— _____ Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. _____ Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense FAR Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision)

W917BK-09-R-0035 Page 35 of 151

Section 00700 - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures JUL 1995 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or

Improper Activity JAN 1997

52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal

Transactions SEP 2005

52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

SEP 2006

52.215-2 Audit and Records--Negotiation JUN 1999 52.215-8 Order of Precedence – Uniform Contract Format OCT 1997 52.222-50 Combating Trafficking in Persons AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 2008 52.229-6 Taxes-Foreign Fixed-Price Contracts JUN 2003 52.232-5 Payment Under Fixed-Price Construction Contracts SEP 2002 52.232-17 Interest OCT 2008 52.232-23 Assignment of Claims JAN 1986 52.232-27 Prompt Payment for Construction Contracts SEP 2005 52.232-34 Payment by Electronic Funds Transfer MAY 1999 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9

Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements

APR 1984

52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.243-4 Changes JUN 2007 52.244-6 Subcontracts for Commerical Items FEB 2009 52.246-21 Warranty of Construction MAR 1994 52.248-3 Value Engineering-Construction SEP 2006 52.249-2 ALT 1 Termination for Convenience of the Government MAY 2004 52.249-10 Default APR1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officers Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DOD

officials JAN2009

W917BK-09-R-0035 Page 36 of 151

252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

DEC 2004

252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.205-7000 Provision of Information Cooperative Agreement Holders DEC 1991 252.209-7001 Subcontracting with Firms that are owned or Controlled by

Gov’t of a Terroist Country DEC 2006

252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7004 Drug Free Work Force SEP 1988 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.225-7043 Antiterrorism/Force Protection Policy for Defense

Contractors Outside the United States MAR 2006

252.227-7033 Rights in Shop Drawings APR 1966 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAY 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification of Transportation of Supplies by Sea MAR 2000 CLAUSES INCORPORATED BY FULL TEXT 52.217-4 EVALUATION OF OPTIONS EXERCISED AT TIME OF CONTRACT AWARD (JUN 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. (End of provision) 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999) (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract. (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other

W917BK-09-R-0035 Page 37 of 151

office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c). (c) Designated Office: Name: U.S. Army Corps of Engineers, Finance Center, Disbursing Center Electronic Address: [email protected] (End of clause) 52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984) The Contractor shall perform on the site, and with its own organization, work equivalent to at least twenty-five (25) percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government. (End of clause)

2.236-13 -- Accident Prevention. As prescribed in 36.513, insert the following clause:

Accident Prevention (Nov 1991) (a) The Contractor shall provide and maintain work environments and procedures which will --

(1) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities;

(2) Avoid interruptions of Government operations and delays in project completion dates; and

(3) Control costs in the performance of this contract.

(b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall --

(1) Provide appropriate safety barricades, signs, and signal lights;

(2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and

(3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken.

(c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation.

(d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until

W917BK-09-R-0035 Page 38 of 151

satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause.

(e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts.

(End of Clause)

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acqnet.gov/far

(End of clause)

CONTRACTOR PERSONNEL IN THE UNITED STATES CENTRAL COMMAND AREA OF RESPONSIBILITY (DEVIATION 2007-O0010) (a) Definitions. As used in this clause— “Chief of mission” means the principal officer in charge of a diplomatic mission of the United States or of a United States office abroad which is designated by the Secretary of State as diplomatic in nature, including any individual assigned under section 502(c) of the Foreign Service Act of 1980 (Public Law 96-465) to be temporarily in charge of such a mission or office. “Combatant commander” means the commander of a unified or specified combatant command established in accordance with 10 U.S.C. 161. (b) General.

(1) This clause applies when contractor personnel are required to perform in the United States Central Command (USCENTCOM) Area of Responsibility (AOR), and are not covered by the clause at DFARS 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States.

(2) Contract performance may require work in dangerous or austere conditions. Except as otherwise provided in the contract, the Contractor accepts the risks associated with required contract performance in such operations.

(3) Contractor personnel are civilians.

(i) Except as provided in paragraph (b)(3)(ii) of this clause, and in accordance with paragraph (i)(3) of this clause, contractor personnel are only authorized to use deadly force in self defense. (ii) Contractor personnel performing security functions are also authorized to use deadly force when use of such force reasonably appears necessary to execute their security mission to protect assets/persons, consistent with the terms and conditions contained in the contract or with their job description and terms of employment.

(4) Service performed by contractor personnel subject to this clause is not active duty or service under 38 U.S.C. 106 note.

(c) Support. Unless specified elsewhere in the contract, the Contractor is responsible for all logistical and security support required for contractor personnel engaged in this contract.

W917BK-09-R-0035 Page 39 of 151

(d) Compliance with laws and regulations. The Contractor shall comply with, and shall ensure that its personnel in the USCENTCOM AOR are familiar with and comply with, all applicable—

(1) United States, host country, and third country national laws; (2) Treaties and international agreements; (3) United States regulations, directives, instructions, policies, and procedures; and (4) Force protection, security, health, or safety orders, directives, and instructions issued by the Combatant Commander; however, only the Contracting Officer is authorized to modify the terms and conditions of the contract.

(e) Preliminary personnel requirements.

(1) Specific requirements for paragraphs (e)(2)(i) through (e)(2)(vi) of this clause will be set forth in the statement of work, or elsewhere in the contract.

(2) Before contractor personnel depart from the United States or a third country, and before contractor personnel residing in the host country begin contract performance in the USCENTCOM AOR, the Contractor shall ensure the following:

(i) All required security and background checks are complete and acceptable. (ii) All personnel are medically and physically fit and have received all required vaccinations. (iii) All personnel have all necessary passports, visas, entry permits, and other documents required for contractor personnel to enter and exit the foreign country, including those required for in-transit countries. (iv) All personnel have received theater clearance, if required by the Combatant Commander. (v) All personnel have received personal security training. The training must at a minimum—

(A) Cover safety and security issues facing employees overseas; (B) Identify safety and security contingency planning activities; and (C) Identify ways to utilize safety and security personnel and other resources appropriately.

(vi) All personnel have received isolated personnel training, if specified in the contract. Isolated personnel are military or civilian personnel separated from their unit or organization in an environment requiring them to survive, evade, or escape while awaiting rescue or recovery. (vii) All personnel who are U.S. citizens are registered with the U.S. Embassy or Consulate with jurisdiction over the area of operations on-line at http://www.travel.state.gov.

(3) The Contractor shall notify all personnel who are not a local national or ordinarily resident in the host country that—

(i) Such employees, and dependents residing with such employees, who engage in conduct outside the United States that would constitute an offense punishable by imprisonment for more than one year if the conduct had been engaged in within the special maritime and territorial jurisdiction of the United States, may potentially be subject to the criminal jurisdiction of the United States (see the Military Extraterritorial Jurisdiction Act of 2000 (18 U.S.C. 3261 et seq.);

(ii) Pursuant to the War Crimes Act, 18 U.S.C. 2441, Federal criminal jurisdiction also extends to conduct that is determined to constitute a violation of the law of war when committed by a civilian national of the United States;

W917BK-09-R-0035 Page 40 of 151

(iii) Other laws may provide for prosecution of U.S. nationals who commit offenses on the premises of United States diplomatic, consular, military or other Government missions outside the United States (18 U.S.C. 7(9)).

(f) Processing and departure points. The Contractor shall require its personnel who are arriving from outside the area of performance to perform in the USCENTCOM AOR to—

(1) Process through the departure center designated in the contract or complete another process as directed by the Contracting Officer;

(2) Use a specific point of departure and transportation mode as directed by the Contracting Officer; and

(3) Process through a reception center as designated by the Contracting Officer upon arrival at the place of performance.

(g) Personnel data.

(1) The Contractor shall enter, before deployment, or if already in the USCENTCOM AOR, enter upon becoming an employee under this contract, and maintain current data, including departure date, for all contractor personnel, including U.S. citizens, U.S. legal aliens, third country nationals, and local national contractor personnel, who are performing this contract in the USCENTCOM AOR. This requirement excludes— • Personnel hired under contracts for which the period of performance is less than 30 days; and • Embarked contractor personnel, while afloat, that are tracked by the Diary Message Reporting System.

(2) The automated web-based system to use for this effort is the Synchronized Predeployment and Operational Tracker (SPOT). Follow these steps to register in and use SPOT:

(i) SPOT registration can be accomplished by either a Common Access Card or through an Army Knowledge Online (AKO) account. (ii) In order to obtain an AKO account, the Contractor shall—

(A) Request the Contracting Officer or other Government point of contract to sponsor its AKO guest account; (B) Go to http://www.us.army.mil; (C) Enter the AKO sponsor username; and (D) After AKO registration, contact the sponsor to confirm registration.

(iii) Registration in SPOT.

(A) Register for a SPOT account at https://iel.kc.us.army.mil/spotregistration/. (B) The customer support team must validate user need. This process may take 2 business days. Company supervisors will be contacted to determine the appropriate level of user access.

(iv) Access to SPOT. Upon approval, all users will access SPOT at https://iel.kc.us.army.mil/spotracker.

(v) SPOT Questions. Refer SPOT application assistance questions to the Customer Support Team at 717-506-1358 or [email protected].

(3) The Contractor shall ensure that all employees in the database have a current DD Form 93, Record of Emergency Data Card, on file with both the Contractor and the designated Government official. The Contracting Officer will inform the Contractor of the Government official designated to receive the data card.

W917BK-09-R-0035 Page 41 of 151

(h) Contractor personnel. The Contracting Officer may direct the Contractor, at its own expense, to remove and replace any contractor personnel who fail to comply with or violate applicable requirements of this contract. Such action may be taken at the Government’s discretion without prejudice to its rights under any other provision of this contract, including termination for default or cause. (i) Weapons.

(1) If the Contracting Officer, subject to the approval of the Combatant Commander, authorizes the carrying of weapons—

(i) The Contracting Officer may authorize an approved Contractor to issue Contractor-owned weapons and ammunition to specified employees; or (ii) The ________ [Contracting Officer to specify individual, e.g. Contracting Officer Representative, Regional Security Officer, etc,] may issue Government-furnished weapons and ammunition to the Contractor for issuance to specified contractor employees.

(2) The Contractor shall provide to the Contracting Officer a specific list of personnel for whom authorization to carry a weapon is requested.

(3) The Contractor shall ensure that its personnel who are authorized to carry weapons—

(i) Are adequately trained to carry and use them—

(A) Safely; (B) With full understanding of, and adherence to, the rules of the use of force issued by the Combatant Commander; and (C) In compliance with applicable Department of Defense and agency policies, agreements, rules, regulations, and other applicable law;

(ii) Are not barred from possession of a firearm by 18 U.S.C. 922; and

(iii) Adhere to all guidance and orders issued by the Combatant Commander regarding possession, use, safety, and accountability of weapons and ammunition.

(4) Upon revocation by the Contracting Officer of the Contractor’s authorization to possess weapons, the Contractor shall ensure that all Government-furnished weapons and unexpended ammunition are returned as directed by the Contracting Officer.

(5) Whether or not weapons are Government-furnished, all liability for the use of any weapon by contractor personnel rests solely with the Contractor and the Contractor employee using such weapon.

(j) Vehicle or equipment licenses. Contractor personnel shall possess the required licenses to operate all vehicles or equipment necessary to perform the contract in the area of performance. (k) Military clothing and protective equipment.

(1) Contractor personnel are prohibited from wearing military clothing unless specifically authorized by the Combatant Commander. If authorized to wear military clothing, contractor personnel must wear distinctive patches, arm bands, nametags, or headgear, in order to be distinguishable from military personnel, consistent with force protection measures.

(2) Contractor personnel may wear specific items required for safety and security, such as ballistic, nuclear, biological, or chemical protective equipment.

(l) Evacuation.

W917BK-09-R-0035 Page 42 of 151

(1) If the Chief of Mission or Combatant Commander orders a mandatory evacuation of some or all personnel, the Government will provide to United States and third country national contractor personnel the level of assistance provided to private United States citizens. (2) In the event of a non-mandatory evacuation order, the Contractor shall maintain personnel on location sufficient to meet contractual obligations unless instructed to evacuate by the Contracting Officer.

(m) Personnel recovery. In the case of isolated, missing, detained, captured or abducted contractor personnel, the Government will assist in personnel recovery actions in accordance with DoD Directive 2310.2, Personnel Recovery. (n) Notification and return of personal effects.

(1) The Contractor shall be responsible for notification of the employee-designated next of kin, and notification as soon as possible to the U.S. Consul responsible for the area in which the event occurred, if the employee—

(i) Dies; (ii) Requires evacuation due to an injury; or (iii) Is isolated, missing, detained, captured, or abducted.

(2) The Contractor shall also be responsible for the return of all personal effects of deceased or missing contractor personnel, if appropriate, to next of kin.

(o) Mortuary affairs. Mortuary affairs for contractor personnel who die in the area of performance will be handled in accordance with DoD Directive 1300.22, Mortuary Affairs Policy. (p) Changes. In addition to the changes otherwise authorized by the Changes clause of this contract, the Contracting Officer may, at any time, by written order identified as a change order, make changes in place of performance or Government-furnished facilities, equipment, material, services, or site. Any change order issued in accordance with this paragraph shall be subject to the provisions of the Changes clause of this contract. (q) Subcontracts. The Contractor shall incorporate the substance of this clause, including this paragraph (q), in all subcontracts that require subcontractor personnel to perform in the USCENTCOM AOR.

(End of clause)

252.225-7044 BALANCE OF PAYMENTS PROGRAM--CONSTRUCTION MATERIAL (JUN 2005) (a) Definitions. As used in this clause-- “Component” means any article, material, or supply incorporated directly into construction material. “Construction material” means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. “Cost of components” means--

W917BK-09-R-0035 Page 43 of 151

(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. “Domestic construction material” means-- (1) An unmanufactured construction material mined or produced in the United States; or (2) A construction material manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic. “United States” means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. This clause implements the Balance of Payments Program by providing a preference for domestic construction material. The Contractor shall use only domestic construction material in performing this contract, except for-- (1) Construction material valued at or below the simplified acquisition threshold in Part 2 of the Federal Acquisition Regulation; or (2) The construction material or components listed by the Government as follows: None

(End of clause)

252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000) (a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer. (b) The Contractor shall-- (1) Check all drawings furnished immediately upon receipt; (2) Compare all drawings and verify the figures before laying out the work; (3) Promptly notify the Contracting Officer of any discrepancies; (4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and (5) Reproduce and print contract drawings and specifications as needed. (c) In general-- (1) Large-scale drawings shall govern small-scale drawings; and (2) The Contractor shall follow figures marked on drawings in preference to scale measurements.

W917BK-09-R-0035 Page 44 of 151

(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications. (e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings: (End of clause)

W917BK-09-R-0035 Page 45 of 151

Section 00800 - Special Contract Requirements CLAUSES INCORPORATED BY REFERENCE 52.236-5 Material and Workmanship APR 1984 52.242-14 Suspension of Work APR 1984 52.246-12 Inspection of Construction AUG 1996 CLAUSES INCORPORATED BY FULL TEXT WORKERS COMPENSATION INSURANCE (DEFENSE BASE ACT) – SERVICES (OCT 2008) (a) This Special Contract Requirement supplements FAR Clause 52.228-3 Workers’ Compensation Insurance (Defense Base Act). (b) The contractor agrees to procure Defense Base Act (DBA) insurance pursuant to the terms of the contract between the U.S. Army Corps of Engineers (USACE) and CNA Insurance unless the contractor has a DBA self-insurance program approved by the Department of Labor. Proof of this self-insurance shall be provided to the Contracting Officer. The contractor shall submit proof of a valid DBA Insurance policy with CNA Insurance for the Prime and their Subcontractor’s at every tier prior to performance of the contract. The current rate under the USACE and JCC-I/A contract is $7.50 per $100 of compensation for construction. (c) The contractor agrees to insert a Special Contract Requirement substantially the same as this one in all subcontracts (at every tier) to which DBA is applicable. (d) Should the rates for DBA insurance coverage increase or decrease during the performance of this contract, USACE shall modify the contract accordingly. However, the revised rates will not be applicable until the Contractor’s or Subcontractor’s DBA Insurance policy is due to be renewed. (e) Premiums will be reimbursed only if coverage is purchased through the USACE mandatory requirements DBA contract administered by CNA Insurance and their Managing Broker, Rutherfoord International. (f) Failure to comply and purchase Defense Base Act (DBA) Insurance in accordance with FAR Clauses 52.228-3 Workers’ Compensation Insurance (Defense Base Act), from the U.S. Army Corps of Engineers mandatory Insurance Carrier/Broker (CNA Insurance/Rutherfoord International) for the Prime and all of the Subcontractors at every tier, shall be considered a material breech and could cause your contract to be terminated for default/cause. End of Clause 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 Calendar Days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 270 Calendar Days. The time stated for completion shall include final cleanup of the premises. (End of clause) AI 22.1705-100 PROHIBITION AGAINST HUMAN TRAFFICKING, INHUMANE LIVING CONDITIONS, AND WITHHOLDING OF EMPLOYEE PASSPORTS - (MAR 2009) (a) All contractors (“contractors” refers to both prime contractors and all subcontractors at all tiers) are reminded of the prohibition contained in Title 18, United States Code, Section 1592, against knowingly destroying, concealing, removing, confiscating, or possessing any actual or purported passport or other immigration document, or any other actual or purported government identification document, of another person, to prevent or restrict or to attempt to

W917BK-09-R-0035 Page 46 of 151

prevent or restrict, without lawful authority, the person’s liberty to move or travel, in order to maintain the labor or services of that person, when the person is or has been a victim of a severe form of trafficking in persons. (b) Contractors are also required to comply with the following provisions: (1) Contractors shall only hold employee passports and other identification documents discussed above for the shortest period of time reasonable for administrative processing purposes. (2) Contractors shall provide all employees with a signed copy of their employment contract, in English as well as the employee’s native language that defines the terms of their employment/compensation. (3) Contractors shall not utilize unlicensed recruiting firms, or firms that charge illegal recruiting fees. (4) Contractors shall be required to provide adequate living conditions (sanitation, health, safety, living space) for their employees. Fifty square feet is the minimum acceptable square footage of personal living space per employee. Upon contractor’s written request, contracting officers may grant a waiver in writing in cases where the existing square footage is within 20% of the minimum, and the overall conditions are determined by the contracting officer to be acceptable. A copy of the waiver approval shall be maintained at the respective life support area. (5) Contractors shall incorporate checks of life support areas to ensure compliance with the requirements of this Trafficking in Persons Prohibition into their Quality Control program, which will be reviewed within the Government’s Quality Assurance process. (6) Contractors shall comply with international laws regarding transit/exit/entry procedures, and the requirements for work visas. Contractors shall follow all Host Country entry and exit requirements. (c) Contractors have an affirmative duty to advise the Contracting Officer if they learn of their employees violating the human trafficking and inhumane living conditions provisions contained herein. Contractors are advised that contracting officers and/or their representatives will conduct random checks to ensure contractors and subcontractors at all tiers are adhering to the law on human trafficking, humane living conditions and withholding of passports. (d) The contractor agrees to incorporate the substance of this clause, including this paragraph, in all subcontracts under his contract. (End) AI 23.1000-100 REPORTING KIDNAPPINGS, SERIOUS INJURIES AND DEATHS - (MAR 2009) Contractors shall notify the Contracting Officer, as soon as practicable, whenever employee kidnappings, serious injuries or deaths occur. Report the following information: Contract Number: ____________________________ Contract Description & Location: ____________________________ Company Name: ____________________________ Reporting party:

Name: ____________________________

Phone Number: ____________________________

W917BK-09-R-0035 Page 47 of 151

e-mail address: ____________________________

Victim:

Name: ____________________________

Gender: (Male / Female)

Age: ____________________________

Nationality: ____________________________

Country of permanent residence: ____________________________

Incident: _________________________________ Description: _________________________________ Location: _________________________________ Date and time: _________________________________ Other Pertinent Information: _________________________________

(End) AI 25.1103-102 ARMED PERSONNEL INCIDENT REPORTS - (MAR 2009) (a) All contractors and subcontractors in the Multi-National Forces-Iraq (MNF-I) or Combined Joint Task Force (Afghanistan) theater of operations shall comply with and shall ensure that their personnel supporting MNF-I or CJTF forces are familiar with and comply with all applicable orders, directives, and instructions issued by the respective MNF-I or CJTF Commanders relating to force protection and safety. (b) IRAQ: Contractors shall provide all incidents and use of weapons firing incidents to the MNC-I Contractor Operations Cell (CONOC) as soon as practical, based upon the situation, and submit a written report to CONOC within 4 hours. The initial report shall include the name of the company, location of the incident, time when the incident occurred, a brief description of the events leading up to the incident, and a company point of contact. A follow-up, comprehensive written report shall be provided to the CONOC within 96 hours of the incident. Reports shall be submitted to CONOC at: [email protected]; DSN 318-435-2369; Iraqna 0044 203 286 9851 or 0044 203 239 5894; or Skype: MNCICONOC. (c) Contractors shall provide first aid and request MEDEVAC of injured persons, and remain available for U.S. or Coalition response forces, based upon the situation. In the event contractor personnel are detained by U.S. or Coalition Forces, prolonged detention due to lack of proper identification can be alleviated by contractor personnel possessing on their person information that includes the contractor’s name, the contract number, a contractor management POC, and the phone number of the CONOC/JOC Watch.

(End) AI 25.1103-103 FITNESS FOR DUTY AND MEDICAL/DENTAL CARE LIMITATIONS - (MAR 2009) (1) The contractor shall perform the requirements of this contract notwithstanding the fitness for duty of deployed employees, the provisions for care offered under this section, and redeployment of individuals determined to be unfit. The contractor bears the responsibility for ensuring all employees are aware of the conditions and medical

W917BK-09-R-0035 Page 48 of 151

treatment available at the performance. The contractor shall include this information and requirement in all subcontracts with performance in the theater of operations. (2) The contractor shall not deploy an individual with any of the following conditions unless approved by the appropriate CENTCOM Service Component (ie. ARCENT, AFCENT, etc.) Surgeon: Conditions which prevent the wear of personal protective equipment, including protective mask, ballistic helmet, body armor, and chemical/biological protective garments; conditions which prohibit required theater immunizations or medications; conditions or current medical treatment or medications that contraindicate or preclude the use of chemical and biological protectives and antidotes; diabetes mellitus, Type I or II, on pharmacological therapy; symptomatic coronary artery disease, or with myocardial infarction within one year prior to deployment, or within six months of coronary artery bypass graft, coronary artery angioplasty, or stenting; morbid obesity (BMI >/= 40); dysrhythmias or arrhythmias, either symptomatic or requiring medical or electrophysiologic control; uncontrolled hypertension, current heart failure, or automatic implantable defibrillator; therapeutic anticoagulation; malignancy, newly diagnosed or under current treatment, or recently diagnosed/treated and requiring frequent subspecialist surveillance, examination, and/or laboratory testing; dental or oral conditions requiring or likely to require urgent dental care within six months’ time, active orthodontic care, conditions requiring prosthodontic care, conditions with immediate restorative dentistry needs, conditions with a current requirement for oral-maxillofacial surgery; new onset (< 1 year) seizure disorder, or seizure within one year prior to deployment; history of heat stroke; Meniere’s Disease or other vertiginous/motion sickness disorder, unless well controlled on medications available in theater; recurrent syncope, ataxias, new diagnosis (< 1year) of mood disorder, thought disorder, anxiety, somotoform, or dissociative disorder, or personality disorder with mood or thought manifestations; unrepaired hernia; tracheostomy or aphonia; renalithiasis, current; active tuberculosis; pregnancy; unclosed surgical defect, such as external fixeter placement; requirement for medical devices using AC power; HIV antibody positivity; psychotic and bipolar disorders. (Reference: Mod 8 to USCENTCOM Individual Protection and Individual/Unit Deployment Policy, PPG-Tab A: Amplification of the Minimal Standards of Fitness for Deployment to the CENTCOM AOR). (3) In accordance with military directives (DoDI 3020.41, DoDI 6000.11, CFC FRAGO 09-1038, DoD PGI 225.74), resuscitative care, stabilization, hospitalization at Level III (emergency) military treatment facilities and assistance with patient movement in emergencies where loss of life, limb or eyesight could occur will be provided. Hospitalization will be limited to emergency stabilization and short-term medical treatment with an emphasis on return to duty or placement in the patient movement system. Subject to availability at the time of need, a medical treatment facility may provide reimbursable treatment for emergency medical or dental care such as broken bones, lacerations, broken teeth or lost fillings. (4) Routine and primary medical care is not authorized. Pharmaceutical services are not authorized for routine or known, routine prescription drug needs of the individual. Routine dental care, examinations and cleanings are not authorized. (5) Notwithstanding any other provision of the contract, the contractor shall be liable for any and all medically-related services or transportation rendered. In accordance with OUSD(C) Memorandum dated 4 June 2008, the following reimbursement rates will be charged for services at all DoD deployed medical facilities. These rates are in effect until changed by DoD direction.

(a) Inpatient daily rate: $2,041.00. Date of discharge is not billed unless the patient is admitted to the hospital and discharged the same day.

(b) Outpatient visit rate: $195.00. This includes diagnostic imaging, laboratory, pathology, and pharmacy provided at the medical facility.

(End)

W917BK-09-R-0035 Page 49 of 151

AI 25.1103-104 COMPLIANCE WITH LAWS AND REGULATIONS - (MAR 2009) (a) The Contractor shall comply with, and shall ensure that its employees and its subcontractors and their employees, at all tiers, are aware of and obey all U.S. and Host Nation laws, Federal or DoD regulations, and Central Command orders and directives applicable to personnel in Iraq and Afghanistan, including but not limited to USCENTCOM, Multi-National Force and Multi-National Corps operations and fragmentary orders, instructions, policies and directives. (b) Contractor employees shall particularly note all laws, regulations, policies, and orders restricting authority to carry firearms, rules for the use of force, and prohibiting sexual or aggravated assault. Contractor employees are subject to General Orders Number 1, as modified from time to time, including without limitation, their prohibition on privately owned firearms, alcohol, drugs, war souvenirs, pornography and photographing detainees, human casualties or military security measures. (c) Contractor employees may be ordered removed from secure military installations or the theater of operations by order of the senior military commander of the battle space for acts that disrupt good order and discipline or violate applicable laws, regulations, orders, instructions, policies, or directives. Contractors shall immediately comply with any such order to remove its contractor employee. (d) Contractor employees performing in the USCENTCOM Area of Operations (AOR) may be subject to the jurisdiction of overlapping criminal codes, including, but not limited to, the Military Extraterritorial Jurisdiction Act (18 U.S.C. Sec. 3261, et al) (MEJA), the Uniform Code of Military Justice (10 U.S.C. Sec. 801, et al)(UCMJ), and the laws of the Host Nation. Non-US citizens may also be subject to the laws of their home country while performing in the USCENTCOM AOR. Contractor employee status in these overlapping criminal jurisdictions may be modified from time to time by the United States, the Host Nation, or by applicable status of forces agreements. (e) Under MEJA, a person who engages in felony misconduct outside the United States while employed by or accompanying the Armed Forces is subject to arrest, removal and prosecution in United States federal courts. Under the UCMJ, a person serving with or accompanying the Armed Forces in the field during a declared war or contingency operation may be disciplined for a criminal offense, including by referral of charges to a General Court Martial. Contractor employees may be ordered into confinement or placed under conditions that restrict movement within the AOR or administratively attached to a military command pending resolution of a criminal investigation. (f) Contractors shall immediately notify military law enforcement and the Contracting Officer if they suspect an employee has committed an offense. Contractors shall take any and all reasonable and necessary measures to secure the presence of an employee suspected of a serious felony offense. Contractors shall not knowingly facilitate the departure of an employee suspected of a serious felony offense or violating the Rules for the Use of Force to depart Iraq or Afghanistan without approval from the senior U.S. commander in the country.

(End) AI 25.1103-105 MONTHLY CONTRACTOR CENSUS REPORTING - (MAR 2009) Contractor shall provide monthly employee census information to the Contracting Officer, by province, for this contract. Information shall be submitted either electronically or by hard-copy. Information shall be current as of the 25th day of each month and received by the Contracting Officer no later than the first day of the following month. The following information shall be provided for each province in which work was performed:

(1) The total number (prime and subcontractors at all tiers) employees. (2) The total number (prime and subcontractors at all tiers) of U.S. citizens. (3) The total number (prime and subcontractors at all tiers) of local nationals (LN). (4) The total number (prime and subcontractors at all tiers) of third-country nationals (TCN). (5) Name of province in which the work was performed.

W917BK-09-R-0035 Page 50 of 151

(6) The names of all company employees who enter and update employee data in the Synchronized Predeployment & Operational Tracker (SPOT) IAW DFARS 252.225-7040 or DFARS DOD class deviation 2007-O0010.

(End)

AI 25.1103-101 ARMING REQUIREMENTS AND PROCEDURES FOR PERSONAL SECURITY SERVICES CONTRACTORS AND FOR REQUESTS FOR PERSONAL PROTECTION (MAR 2009) General. Contractor and its subcontractors at all tiers that require arming under this contract agree to obey all laws, regulations, orders, and directives applicable to the use of private security personnel in Iraq and Afghanistan, including U.S. CENTCOM, Multi-National Force Commander and Multi-National Corps Commander orders, instructions and directives. Contractors will ensure that all employees, including employees at any tier of subcontracting relationships, armed under the provisions of this contract, comply with the contents of this clause and with the requirements set forth in the following:

(1) DODI 3020.41, Program Management for Acquisition and Operational Contract Support in Contingency Operations;

(2) DFARS 252.225-7040, Contractor Personnel Supporting a Force Deployed Outside the United States;

(3) Class Deviation 2007-O0010, Contractor Personnel in the United States Central Command Area of Responsibility

(4) CPA Order #17, Registration Requirements for Private Security Companies, dated 27 Jun 04; (5) U.S. CENTCOM Policy Letter, Mod 1, Personal Protection and Contract Security Service Arming,

dated 7 Nov 2006 Required Government Documentation. The unit requesting the contractor security shall provide a description of the following to the arming approval authority and to the contracting officer:

(1) The specific location where the PSC will operate; (2) The persons and/or property that require protection; (3) The anticipated threat; (4) The required weapon types; and (5) The reason current security/police forces are inadequate.

Required Contractor Documentation. Contractors and their subcontractors at all tiers that require arming approval shall provide the following to the contracting officer representative (COR):

(1) Documentation that each employee who will be armed under the contract received the following training—

(A) Weapons Qualification/Familiarization. All employees must meet the qualification

requirements established by any DoD or other U.S. government agency (B) Law of Armed Conflict (LOAC); (C) Rules for the Use of Force (RUF), as defined in the U.S. CENTCOM Policy, dated 23

December 2005; and (D) Distinction between the above-prescribed RUF and the Rules of Engagement (ROE),

which are applicable only to military forces.

(2) Completed DD Form 2760 (or equivalent documentation) for each armed employee, indicating that the employee is not otherwise prohibited under U.S. law from possessing the required weapon or ammunition.

(3) One (1) copy of a business license from the Iraqi or Afghani Ministry of Trade or Interior;

W917BK-09-R-0035 Page 51 of 151

(4) One (1) copy of an operating license (or a temporary operating license) from the Ministry of Interior; (5) A communications plan that, at a minimum, sets forth the following:

(A) The contractor’s method of notifying military forces and requesting assistance where

hostilities arise or combat action is needed; (B) How relevant threat information will be shared between contractor security personnel and

U.S. military forces; and (C) How the contractor will coordinate transportation with appropriate military authorities.

(6) An acceptable plan for accomplishing background checks on all contractor and subcontractor

employees who will be armed under the contract. The contractor shall, at a minimum, perform the following (which will be specifically addressed in its plan and which will be documented and furnished to the COR upon completion):

(A) Use one or more of the following sources when conducting the background checks:

Interpol, FBI, Country of Origin Criminal Records, Country of Origin U.S. Embassy Information Request, CIA records, and/or any other records available;

(B) Verify with MNC-I or Afghanistan RCE – CG Provost Marshal that no employee has been barred by any commander within Iraq or Afghanistan; and

(C) Certify, after completing all checks, that all persons armed under this contract are not prohibited under U.S. law from possessing a weapon or ammunition.

Required Contractor Acknowledgements. Contractors and their subcontractors at all tiers that require arming approval will provide written acknowledgement of the following to the COR:

(1) Penalties for Non-Compliance. Failure of contractor or subcontractor employee(s) to comply with the laws, regulations, orders, and rules (including those specified herein) governing the use of force may result in the revocation of weapons authorization for such employee(s). Where appropriate, such failure may also result in the total revocation of weapons authorization for the contractor (or subcontractor) and sanctions under the contract, including termination.

(2) Criminal and Civil Liability. Arming of contractor or subcontractor employees under this contract may subject the contractor, its subcontractors, and persons employed by the same, to U.S. and Host Nation prosecution and civil liability. “Host Nation” refers to the nation or nations where services under this contract are performed.

(3) Lapses in Training. Failure to successfully retrain an employee who is armed under this contract within twelve (12) months of the last training date will constitute a lapse in the employee’s authorization to possess and carry the weapon. All unauthorized employees will immediately surrender their weapon to the contractor and will remain unarmed until such time as they are retrained and the COR determines that the retraining is sufficient.

Authorized Weapon & Ammunition Types. Unless DCDRUSCENTCOM (or a designee) provides otherwise, all arming requests and authorizations for contractor or subcontractor employees under this contract shall be limited to U.S. Government approved weapons and ammunition. This restriction applies to all weapons in the possession of contractor employees, even if such weapons are required for personal protection. The following weapons and ammunition are currently authorized by the U.S. Government for use in Iraq and Afghanistan:

(1) The M9, M4, M16, or equivalent (e.g. .45 CAL, AK-47). (2) The M9 or equivalent sidearm will be the standard personal protection weapon unless other weapons

are specifically requested and approved. (3) U.S. government Ball ammunition is the standard approved ammunition.

Requirements for Individual Weapons Possession. All employees of the contractor and its subcontractors at all tiers who are armed under this contract must:

W917BK-09-R-0035 Page 52 of 151

(1) Possess only those U.S. Government-approved weapons and ammunition for which they are qualified under the training requirements of section (c);

(2) Carry weapons only when on duty or at a specific post; (3) Not conceal any weapons, unless specifically authorized; (4) Carry proof of authorization to be armed. Employees not possessing such proof will be deemed

unauthorized and must surrender their weapon to their employer; and (5) IAW USCENTCOM G.O. #1, consumption of alcohol in Iraq or Afghanistan is prohibited. In the

event of a suspension or and exception to G.O. #1, employees shall not consume any alcoholic beverage while armed or within eight (8) hours of the next work period where they will be armed.

Weapons/Equipment Restrictions and Responsibilities. Unless otherwise provided, the U.S. Government will not provide any weapons or ammunition to contractors, their subcontractors, or any employees of the same. The Contractor will provide all weapons and ammunition to those employees that will be armed under the contract. The contractor and its subcontractors at all tiers will also provide interceptor body armor, ballistic helmets, and the Nuclear, Biological, and Chemical (NBC) protective masks to those employees that require such equipment in the performance of their duties. Rules for the Use of Force (RUF). In addition to the RUF and ROE training referenced in paragraph (c), the contractor and its subcontractors at all tiers will monitor and report all activities of its armed employees that may violate the RUF. Prompt reporting demonstrates a desire by the contractor and its subcontractors to minimize the impact of any violations and, therefore, will be given favorable consideration. Violations of the RUF include, though are not limited to:

(1) Taking a direct part in hostilities or combat actions, other than to exercise self-defense; (2) Failing to cooperate with Coalition and Host Nation forces; (3) Using deadly force, other than in self-defense where there is a reasonable belief of imminent risk of

death or serious bodily harm; (4) Failing to use a graduated force approach; (5) Failing to treat the local civilians with humanity or respect; and (6) Detaining local civilians, other than in self-defense or as reflected in the contract terms.

Retention and Review of Records. The Contractor and all subcontractors at all tiers shall maintain records on weapons training, LOAC, RUF and the screening of employees for at least six (6) months following the expiration (or termination) of the contract. The Contractor and its subcontractors at all tiers shall make these records available to the Contracting Officer or designated representative, at no additional cost to the government, within 72 hours of a request. Contractor Vehicles. Vehicles used by contractor and subcontractor personnel in the course of their security duties shall not be painted or marked to resemble U.S./Coalition or host nation military and police force vehicles. Quarterly Reporting. The prime contractor will report quarterly (i.e. NLT 1 January, 1 April, 1 July and 1 October for each quarter of the calendar year) to the Contracting Officer responsible for this contract, and any other organization designated by the Contracting Officer, the following information under this contract:

(1) The total number of armed civilians and contractors; (2) The names and contact information of its subcontractors at all tiers; and

A general assessment of the threat conditions, adequacy of force numbers, and any problems that might require a change to force levels. Note: this information is in addition to the information the contractor promises to immediately provide under the communications plan referenced at paragraph (c)(5).

(End)

W917BK-09-R-0035 Page 53 of 151

AI 25.1103-109 MEDICAL SCREENING AND VACCINATION REQUIREMENTS FOR LOCALLY HIRED EMPLOYEES - (MAR 2009) (a) Contractors, and subcontractors at any tier shall ensure and provide satisfactory evidence that all locally hired employees, including Local National (LN), Third Country National, and U.S. employees, working on military have been screened for and do not currently have active tuberculosis (TB).

(1) Contractors may utilize a testing method of either a chest x-ray or TB skin test (TST). (i) Chest x-rays shall be taken and TBTs administered within 90 days prior to the start of

employment. (ii) Screening may be performed either by a licensed medical provider from the local economy or

by contractors’ licensed medical staffs. Contractors shall maintain medical screening documentation and make it available to the Contracting Officer upon request.

(2) TB screening documentation will be required by the responsible Base Defense Operations Center

(BDOC) prior to issuance of base access badges. (b) Contractor employees, including subcontractors at any tier, who work in positions where they are working with food or water production and distribution shall have current Typhoid and Hepatitis “A” (full series) vaccinations, in addition to the TB tests required above. (c) At least the first inoculation in the Hepatitis “A” series must be given prior to the start of employment, with continuation and completion of the inoculation series. The Typhoid inoculation must be completed within two years prior to the date of employment in the food and water service capacity.

(i) Once the complete Hepatitis “A” vaccination series is completed, it does not have to be repeated. The Typhoid vaccination requires a booster immunization every three years.

(ii) Proof of individual employee vaccinations shall be provided to the Contracting Officer and maintained by the Contractor for examination by the Contracting Officer.

(END)

AI 36.521-100 ELECTRICAL AND STRUCTURAL BUILDING STANDARDS FOR CONSTRUCTION PROJECTS - (MAR 2009) (a) The standards set forth herein are the minimum requirements for the contract. These standards must be followed unless a more stringent standard is specifically included. In such case the most stringent standard shall be required for contract acceptance. (b) The contractor, in coordination with the Contracting Officer, Base Camp Mayor, Base/Unit Engineers, and requiring activity shall evaluate, upgrade, build, and/or refurbish buildings to a safe and livable condition. This work may include refurbishment, construction, alterations, and upgrades. All work shall be in accordance with accepted standards of quality. (c) As dictated by the Unified Facilities Criteria (UFC) the contract shall meet:

(1) “the minimum requirements of United States’ National Fire Protection Association (NFPA) 70, (2) National Electrical Code (NEC), (3) the American National Standards Institute (ANSI) C2, and (4) the United States’ National Electrical Safety Code (NESC).

W917BK-09-R-0035 Page 54 of 151

(d) These standards must be met when it is reasonable to do so with available materials. When conditions dictate deviation, then provisions within the International Electrical Code (IEC) or British Standard (BS 7671) shall be followed. Any deviations from the above necessary to reflect market conditions, shall receive prior written approval from a qualified engineer and the Contracting Officer. (e) The following internet links provide access to some of these standards:

UFC: http://65.204.17.188/report/doc_ufc.html NFPA 70: http://www.nfpa.org NESC: http://www.standards.ieee.org/nesc

(END)

JCCI-IA CLAUSE 952.225-0010 CONTRACTOR EMPLOYEE LEGAL REQUIREMENTS (MAR 2009) (a) The contractor shall not employ, nor allow a subcontractor to employ, any person that has ever been convicted, in any U.S. court, including a court-martial, of any crime against an Iraqi and/or an Afghan national, regardless of the place at which the crime occurred. (b) For the purpose of this clause, "crime" is defined as: "a violation of a law in which there is injury to the public or a member of the public and a term in jail or prison, and/or a fine as possible penalties." Further, the crime must be an offense that could be classified as a Class B misdemeanor, or any higher class up to a Class A felony, as referenced at 18 USC §3559. (c) Contractors shall exercise effective screening processes to ensure that individuals not conforming to this standard are identified and prohibited from, or removed from (if already employed) working under this contract. (d) Contractor employees discovered to have one of more prior convictions as described above shall be removed from the contract at the contractor's expense. (e) Failure to adhere to the requirements of this clause could result in a termination for cause or termination for default, in accordance with the terms and conditions of this contract. (End of Clause)

W917BK-09-R-0035 Page 55 of 151

01010 - P a g e | 1 Al Damook Police Station

STATEMENT OF WORK AND SPECIFICATIONS

For Al Damook

Local Police Station

(NEW CONSTRUCTION)

PROJECT NUMBERS: URI 118832 CONTRACT:

April 21, 2009

W917BK-09-R-0035 Page 56 of 151

01010 - P a g e | 2 Al Damook Police Station

STATEMENT OF WORK AND SPECIFICATIONS Table of Contents

1. Section 01010 – Scope of Work (SOW)

a. Location Map 2. Section 01015 – Technical Requirements 3. Section 01100 – General Requirements 4. Section 01112 – Design After Award 5. Section 01312 – Quality Control System 6. Section 01330 – Submittal Procedures

a. EN 4025 Transmittal Form b. EN 4288 Submittal Register

7. Section 01451 – Contractor Quality Control 8. Section 01770 – Closeout Procedures 9. Section 01781 – Operation and Maintenance Data

W917BK-09-R-0035 Page 57 of 151

01010 - P a g e | 3 Al Damook Police Station

SECTION 01010 SCOPE OF WORK (SOW)

1. GENERAL 1.1 General Description: The intent of this solicitation is to construct a new Police Station compound. The compound shall consist of a perimeter wall with an Entry Control Point (ECP), a compacted crushed stone drive, a fuel point, one concrete parking area for 4 total vehicles, concrete sidewalk access, a maintenance facility, a 3 story police station building for 140 police officers, a water storage and distribution system, a power generation system, a telephone network, and a sewage collection and treatment system (Septic Tank System). 1.2 Contractor Coordination with the Government: It is the sole responsibility of the Contractor to survey the proposed site and comply with all local permitting requirements. 1.3 Contractor Design and Construction Requirements Drawings provided with this contract are approximately 95% complete. The Contractor shall progress the provided 95% drawings to 100% “Approved for Construction”. The Contractor shall produce any and all civil-site plans, site specific adaptations of the drawings, and a geotechnical investigation validating the foundation design. The Contractor shall produce shop, fabrication and construction detailing for approval by the COR prior to starting any construction activity. The Contractor shall be responsible to complete a usable facility in accordance with this Scope of Work (Section 01010) and the Technical Specifications (Section 01015) of this contract. In the event that the drawings differ with Sections 01010 and 01015, Sections 01010 and 01015 shall have precedence. 2. LOCATION:

Lat: 32° 32’ 28.37”N Long: 45° 49’ 31.82”E

3. DESIGN FLEXIBILITY LATITUDE AND INNOVATION: The Contractor shall construct the project in accordance with the contract documents. It is the expectation of the Government that the Contractor exercise maximum flexibility and innovation in providing a quality end-product that meets or exceeds the technical requirements within Section 01015 “TECHNICAL REQUIREMENTS”. When developing shop design and fabrication documents the Contractor is encouraged to use standard “off-the-shelf” commercial products meeting International Design Standards (International Code Council codes ICC). 4. SUMMARY OF WORK: The Contractor shall be required to prosecute the work diligently, and complete the entire work within the required duration. The time stated for completion shall include design,

W917BK-09-R-0035 Page 58 of 151

01010 - P a g e | 4 Al Damook Police Station

mobilization, construction, testing, demobilization, and final cleanup of the premises. The work shall include but not necessarily be limited to the following: 4.1 Work Item No. 0001: Mob/Dem, Investigation, Design, Survey, and Testing Mobilization and demobilization costs shall be the costs for getting personnel, equipment, offices and shops to the construction site (NOT to the home office) and extracting them. Mobilization shall be considered a maximum of 60% of this item with Demobilization being the remainder. The Mob/Demob item shall not be more than 5% of the total contract price. The Contractor shall submit a site layout, civil-site, and drainage plan to the COR for approval. The Contractor shall provide a geotechnical report for the building site validating the design allowable bearing pressure of 20 kilonewtons per square meter and that the site is suitable for construction. Lab and field testing shall be performed and documented by the Contractor to provide a record showing that the project and materials conform to the contract specifications. The documents shall be maintained by the Contractor and submitted to the COR. The Contractor shall provide 6 hard copies and 6 electronic copies of the AutoCAD As built-drawings in CD/DVD format.

4.2 Work Item No. 0002: Site Work and Demolition The Contractor shall provide the site work for the local police station. The site work and demolition shall include clearing the land and removing any debris, rubble, minor structures, and abandoned or destroyed buildings. The area shall then be graded and compacted, to include any necessary excavation and embankment to make the site usable. Finally the Contractor shall install storm water drainage structures (culverts, catch basins, ditches, etc.) as needed to keep the area free of standing water and from flooding during the rainy season. 4.3 Work Item No. 0003: Perimeter Construction The Contractor shall provide a 3.6 meter tall reinforced concrete T-wall perimeter wall. A jersey barrier serpentine Entry Control Point (ECP) with a fully covered gate and drop arms, and a separate pedestrian entry gate shall be constructed at the vehicle entrance to the facility. A reinforced concrete and block Reception Building shall be constructed adjacent to the ECP and shall be installed with HVAC, power, lights, and a bathroom. 4.4 Work Item No. 0004: Concrete Sidewalks, Parking Areas, and Stone Drive The Contractor shall provide 1.2 meters wide wire mesh reinforced concrete sidewalk for access to all of the building’s exterior doors (with landings at each door). Sidewalks shall be constructed from the building to the main personnel entry point on the property and to the concrete parking lots. The Contractor shall construct one wire mesh reinforced concrete parking area (min. 15 centimeters thick) with sunshades, 15 meters x 6 meters to accommodate 4 total vehicles. A parking space shall be a minimum 3 meter x 6 meter. The ECP and drives in the facility shall be an aggregate surface course consisting of compacted crushed stone (min 10 centimeters on 20 centimeters of compacted sub-base). All other areas within the compound shall have 5 centimeters of crushed gravel unless otherwise specified.

W917BK-09-R-0035 Page 59 of 151

01010 - P a g e | 5 Al Damook Police Station

4.5 Work Item No. 0005: Site Utilities The Contractor shall install the following site utilities to make the facility fully functional: Water Supply and Distribution System (Area): The Contractor shall supply and install the water storage and supply system. The Contractor shall install a roof mounted potable water tank storage and distribution system to feed the facility and shall connect it to the local water network if available within 500 meters. Waste Water Collection and Treatment System (Area): The Contractor shall design and install the facility’s sanitary sewer collection and treatment system (septic tank system). If there is a local sanitary system within 50 meters, the Contractor shall connect the facility to the local sanitary sewer system in lieu of installing a treatment system. Electrical Supply and Distribution System (Area): The Contractor shall supply and install the electrical supply and distribution system, electrical structures and electrical components for the facility. The Contractor shall connect to the local network if available within 500 meters. The Contractor shall provide calculations showing the adequacy of the generators, switchgear, distribution panels, wiring, splices, terminations, connections, safety devices, and electrical components, approved by a certified Electrical Engineer. Communication System (Area): The Contractor shall connect the facility’s phone system to the local phone network if one is available within 500 meters either through the main backbone or through a wireless connection. 4.6 Work Item No. 0006: Police Station Building The Police Station main building shall have a reinforced floating raft foundation on a compacted base and shall consist of a three story reinforced concrete frame structure (slab, column and beam construction) with masonry brick or block partition walls with 1.2 meter high roof parapets. The building shall be provided with electrical power, lighting, plumbing, heating, cooling, ventilation, power generation, and a fire alarm system. 4.7 Work Item No. 0007: Services The Contractor shall submit two (2) Operations and Maintenance (O&M) manuals for all facilities in English to the COR for review and acceptance at least four weeks prior to the start-up of any new pumps and motors. The O&M manual shall include standard operations procedures (SOPs) for all equipment and systems, and standard maintenance procedures (SMPs) and recommended spare parts lists for all equipment, including training. 4.8 Work Item No. 008: DBA Insurance Security and construction Insurance Certification to be submitted within 15 calendar days of contract award.

W917BK-09-R-0035 Page 60 of 151

01010 - P a g e | 6 Al Damook Police Station

5. SUMMARY OF OPTIONAL WORK 5.1 Optional Item 1: Block Wall Perimeter Wall (in lieu of T-Walls) (60 Days) The Contractor shall construct a 2.5 meter tall reinforced concrete column and block wall perimeter fence around the police compound in lieu of the T-Walls specified in the base contract. 5.2 Optional Item 2: Asphalt Drives in lieu of crushed stone (20 Days) The Contractor shall construct the drives for the facility with 10 centimeters of asphalt to be paved in two lifts, a binder lift and wearing lift. The asphalt is to be placed in lieu of the aggregate surface course. 5.3 Optional Item 3: Construct additional parking area with sunshade (30 Days) The Contractor shall construct another wire mesh reinforced concrete parking area (min. 15 centimeters thick) with sunshades, 15 meter x 6 meter to accommodate 4 total vehicles. 5.4 Optional Item 4: 4 Guard towers for the perimeter wall (60 Days) The Contractor shall provide four reinforced concrete and block guard towers (one tower in each of the four corners within the perimeter wall).

5.5 Optional Item 5: Fuel Point (21 Days) The Contractor shall install an elevated 5000 Liter fuel tank to store and distribute benzene to the police vehicles. The fuel point shall be on a reinforced concrete slab with a fuel containment system and a fuel distribution station with a fuel fill nozzle. A 1.5 meter refill connection point shall be provided to allow a fuel truck to refill the tank.

5.6 Optional Item 6: Open Bay Maintenance Facility (2 Bays) (120 Days) The Contractor shall construct an 8 meter x 14 meter, 2 bay, open front maintenance facility. The facility shall have a 20 centimeter reinforced concrete slab with a Pre-Engineered Building containing 2 open work bays and a tool room. Each working bay shall be 5 meter x 8 meter with 5 meter clearance and a vehicle opening with no door. The tool room shall be 4 meter x 8 meter and shall be fully enclosed with one personnel access door located in the maintenance bay area. The tool room shall be provided with electrical power, lighting, heating, cooling, and ventilation. The bays shall be provided with ventilation, lighting, and electrical outlets (sized for hand tools).

W917BK-09-R-0035 Page 61 of 151

01010 - P a g e | 7 Al Damook Police Station

SITE LOCATION MAP PROJECT TITLE: Al Damook Local Police Station URI: 118832 PROVINCE: Wassit COORDINATES: 32° 32’ 28.37”N/ 45° 49’ 31.82”E

T-Wall

T-Wall

Septic

Water

Concrete

T-Wall

Guar

d ho

use

Gate

Guar

d Towe

r

Guar

d Towe

r

Guar

d Towe

r

Guar

d Towe

r

LOCATION: The location of this police station is in Al Kut, Wassit Province. PROJECT PURPOSE: The intent of this solicitation is to construct a new 3 story tiny local police station compound.

W917BK-09-R-0035 Page 62 of 151

01015 – P a g e | 1 Al Damook Police Station

SECTION 01015 TECHNICAL REQUIREMENTS

1.0  SPECIAL REQUIREMENTS: ............................................................................... 3 1.1  General Requirements: .............................................................................................. 3 1.2  Perimeter Wall:........................................................................................................... 3 1.3  Guard Towers: ............................................................................................................ 3 1.4  Jail: ............................................................................................................................... 3 1.5  Armory: ....................................................................................................................... 4 1.6  Kitchen: ....................................................................................................................... 4 1.7  Power Generation: ...................................................................................................... 4 1.8  Water Storage: ............................................................................................................ 4 1.9  Waste Water Treatment: ........................................................................................... 4 

2.0  SITE WORK: ........................................................................................................ 4 2.1  Survey: ......................................................................................................................... 4 2.2  Clearing and Grubbing: ............................................................................................. 6 2.3  Demolition: .................................................................................................................. 6 2.4  Grading and Excavation: ........................................................................................... 6 2.5  Site Storm Water Management System: .................................................................. 6 2.6  Asphalt Driveways: .................................................................................................... 7 2.7   Concrete Sidewalks and Parking Area:.................................................................... 8 2.8   Aggregate Surface Course: ........................................................................................ 8 

3.0  STUCTURAL: ...................................................................................................... 9 3.1   Design Criteria:........................................................................................................... 9 3.2   Foundation System: .................................................................................................. 11 3.3   Structural Roof System: ........................................................................................... 11 3.4  Pre Engineered Metal Building: .............................................................................. 11 3.5   Lateral Load Resisting Systems: ............................................................................. 13 3.6   Testing and Inspections: .......................................................................................... 13 

4.0  CONCRETE: ...................................................................................................... 13 4.1  Concrete Strength: ................................................................................................... 14 4.2  Concrete Joints and Construction: ......................................................................... 14 4.3  Concrete Finish: ........................................................................................................ 14 4.4  Reinforcing Steel Strength:...................................................................................... 14 4.5  Concrete Testing: ...................................................................................................... 14 

5.0  MASONRY: ........................................................................................................ 14 5.1   Clay Brick: ................................................................................................................ 14 5.2  Concrete Masonry Units (CMUs): .......................................................................... 15 5.3  Cellular Concrete Block:.......................................................................................... 16 5.4  CMU and Block Reinforcement: ............................................................................. 17 

6.0   DOORS AND WINDOWS: ................................................................................. 17 

W917BK-09-R-0035 Page 63 of 151

01015 – P a g e | 2 Al Damook Police Station

6.1   Doors: ......................................................................................................................... 17 6.2   Windows: ................................................................................................................... 18 

7.0  FINISHES: .......................................................................................................... 18 7.1  Finish for Interior Walls, Ceilings, Windows, and Doors: ................................... 18 7.2  Finish for Exterior Walls, Windows, and Doors: .................................................. 20 

8.0  FIRE PREVENTION: .......................................................................................... 21 

9.0  PLUMBING: ....................................................................................................... 22 9.1  General: ..................................................................................................................... 22 9.2  Qualifications: ........................................................................................................... 22 9.3  Standard Products:................................................................................................... 22 9.4  Plumbing Fixture Requirements: ........................................................................... 22 9.5   Building Plumbing Water Supply & Distribution: ............................................... 23 9.6  Manholes and Valve Boxes: ..................................................................................... 26 9.7  Water Storage Tanks: .............................................................................................. 26 9.8   Pipe Bedding: ............................................................................................................ 26 9.9   Sanitary Work: ......................................................................................................... 26 9.10   Fuel Gas Piping: ....................................................................................................... 28 

10.0  HVAC: ................................................................................................................ 28 10.1  Heating, Ventilation, and Air Conditioning General: ........................................... 28 10.2  Exhaust and Ventilation: ......................................................................................... 29 

11.0  FUEL SYSTEMS: ............................................................................................... 30 

12.0  ELECTRICAL: .................................................................................................... 30 12.1  General: ..................................................................................................................... 30 12.2  Qualifications: ........................................................................................................... 31 12.3  Interior Electrical: .................................................................................................... 31 12.4  Exterior and Perimeter Lights: ............................................................................... 32 12.5   Power Distribution: .................................................................................................. 32 12.6  Power Generation: .................................................................................................... 33 12.7  Grounding and Lightning Protection: .................................................................... 33 

13.0  COMMUNICATIONS: ......................................................................................... 34 

14.0  TESTING AND COMMISSIONING: ................................................................... 34 

W917BK-09-R-0035 Page 64 of 151

01015 – P a g e | 3 Al Damook Police Station

1.0 SPECIAL REQUIREMENTS: 1.1 General Requirements: The Contractor shall develop a Site Grading Plan, Site Drainage Plan, and a Utility Master Plan (UMP). Construction other than surveying, clearing and grubbing, and establishing site offices shall not start until these plans have been submitted, reviewed, and approved by the Contracting Officer (CO) or Contracting Officer Representative (COR). These plans shall be submitted to the COR within 30 days of the notice-to-proceed (NTP). The Master Plans shall show the following as a minimum:

• Area potable water supply, storage, and distribution.

• Area sanitary sewerage collection, storage, and disposal.

• Electrical supply and distribution.

• Storm-water structures and drainage.

• Area Communication systems.

• Existing and proposed earthwork elevations (topography)

Master-Plan submissions shall be provided on one full size hardcopy and electronically in AutoCAD 2004 and in portable document format (PDF). 1.2 Perimeter Wall: The Contractor shall construct either a 3.6 meter tall T-Wall perimeter facility compound or a 2.5 meter reinforced concrete column and block wall (Option 1). The top of the wall shall be secured using a single wrap of concertina wire. The wall shall be uniformly supported by 20 centimeters of sub-base compacted to 95% maximum dry density. A jersey barrier serpentine Entry Control Point (ECP) with reception building, vehicle gate, and personnel gate shall be constructed. The Vehicle Gate shall be a rolling type with a concrete base and track. Gate frames shall conform to strength and coding requirements ASTM F1083 for group 1A Steel Pipe. The personnel gate shall be a fully covered steel door with a closable viewing slot. 1.3 Guard Towers: Four guard towers shall be provided on the roof of the Police Station building as per the provided construction drawings. As an option (Option 4) the Contractor shall provide a reinforced concrete and block guard tower in each corner of the perimeter fence (4 corners) 1.4 Jails: The jails shall be constructed completely with reinforced block walls. Each jail shall include 1 eastern style latrines, 1 shower, and a wash basin. The jail doors shall be double plated reinforced secure steel doors with a minimum steel plate thickness of 1.5 millimeter and shall have a food hatch. Materials that can be used as sharp weapons like mirrors shall not be used in the finishing work. Jail interior equipment (air conditioners, smoke alarms, etc) shall have steel cage protective covers on the inside to prevent damage or removal. The Jail area shall be divided into two areas, the male jail and female jail.

W917BK-09-R-0035 Page 65 of 151

01015 – P a g e | 4 Al Damook Police Station

1.5 Armory: The Armory shall be constructed completely with reinforced block walls. Windows shall not be used in the armory and the door shall be a double plated reinforced secure steel door with a minimum steel plate thickness of 1 millimeter. 1.6 Kitchen: The kitchen area shall have a stainless steel sink with water service, a 2 meter ceramic tile counter with base and wall cabinets, a floor drain, and a separate space with an outlet for each a stove and a refrigerator. A vent hood shall be installed for the stove. A gas line from a propane tank pad located outside the building and a power outlet shall be provided so that either a gas or electric stove may be used. No kitchen equipment to be supplied by the Contractor.

1.7 Pow er Generation: The Contractor shall provide a complete Electrical Power Generation System which includes an electrical distribution system and diesel engine generator(s). The Contractor shall connect the building’s power distribution system to the local power system if one is available within 500 meters. If a local power system is not available, the Contractor shall install 2 generators (1 prime and 1 backup) each with sufficient capacity to power the police station complex. 1.8 Water Storage: Potable water for the building in this facility shall be supplied from a water storage tank system. A potable water supply system with steel water tanks shall be installed. The water storage tanks shall be roof mounted with one tank located on the ground to provide for a water truck refill point and to act as a buffer between the water system and the local network. The water supply system shall be connected to the local water network if one is available within 500 meters 1.9 Waste Water Treatment: The Contractor shall design and install the facility’s sanitary sewer collection and treatment system (septic tank system). The septic system shall be sized to treat all of the effluent generated by the facility. A leachate system shall be used for the disposal of the final effluent from the septic tank. If there is a local sanitary system within 50 meters, the Contractor shall connect the facility to the local sanitary sewer system in lieu of installing a treatment system. 2.0 SITE WORK: 2.1 Survey: The Contractor shall perform a survey and establish all necessary permanent bench marks for vertical and horizontal controls. The Contractor shall perform all necessary surveying/mapping as required for the design of the site, grading, utilities, drives, and demarcation of the airspace clearances, etc. The Contractor shall establish horizontal and vertical control for project site construction. A minimum of three (3) benchmarks shall be secured to survive all construction activities of this project. A survey of optional utility route locations shall be conducted. An as-built survey of the project site upon completion of construction shall be conducted. The following shall apply.

W917BK-09-R-0035 Page 66 of 151

01015 – P a g e | 5 Al Damook Police Station

• The Contractor shall install a minimum of three survey monuments on the survey site. A minimum of two benchmarks shall be visible by line of site at each station. Monuments placed on project site shall be designed to survive proposed construction operations by use of proper location and construction techniques.

• All of the control points established at the site shall be plotted at the correct coordinate

point and shall be identified by name or number, and adjusted elevations.

• All Topographic survey point sets produced with conventional survey instruments shall be referenced directly to horizontal and vertical control points by level loop and closed traverse.

• The location of the survey sites shall be shown to the Contractor by the Contracting

Officer’s Representative (COR). The limits of the survey shall then be identified by temporary markers and a sketch, with coordinates, of the area to be surveyed shall be submitted for approval by the COR before proceeding with the survey.

• A sufficient quantity of horizontal and vertical control data shall be established to provide

a detailed topographic survey at 1:500 scale with twenty five (25) centimeter contour intervals. Intermediate elevations shall be provided as necessary to show breaks in grade and changes in terrain.

• The contours shall accurately express the relief detail and topographic shapes. The survey

team will need to use a precision level; these elevation values are not obtainable via GPS. The survey team shall make sure the height of every monument is tied in at almost zero error. Each leveling run will have to loop back to the same benchmark.

• Where applicable, the spot elevations and or finish floor elevations of the existing

structures or facilities shall be provided. Specifically, show all break points or control points in grades of terrain such as tops of hills, top and bottom of curbs, bottoms of ditches and gullies, high bank elevations, etc. Ground elevations shall be read to the closest three (3) centimeters. Road elevations shall be read to the closest three (3) millimeters.

• All surface and known sub-surface features, buildings, structures, etc. within the area to

be surveyed shall be shown, spot elevations provided and identified on the topographic maps. In addition, these features shall be located by sufficient distance ties and labeled on the topographic sheets to permit accurate scaling and identification.

• Manholes and sanitary lines within the survey boundaries shall be located and invert

elevations obtained. Water, sanitary, electrical and mechanical utilities within the survey site shall be located and shown on the survey map. Water, sanitary, electrical and mechanical utilities within the survey site shall be located and shown on the survey map and provided digitally in the database. Invert elevations will be on the bottom lip of each pipe in the manhole to include the depth of the manhole shall be taken also.

W917BK-09-R-0035 Page 67 of 151

01015 – P a g e | 6 Al Damook Police Station

2.2 Clearing and Grubbing: Clearing shall consist of the felling, trimming, and cutting of trees into sections and the satisfactory disposal of the trees and other vegetation designated for removal, including downed timber, snags, brush, and rubbish occurring within the areas to be cleared. Clearing shall also include the removal and disposal of rubble, structures, and obstructions that obtrude, encroach upon, or otherwise obstruct the work. Trees, stumps, roots, brush, and other vegetation in areas to be cleared shall be cut off flush with or below the original ground surface, except such trees and vegetation as may be indicated or directed to be left standing. Grubbing shall consist of the removal and disposal of stumps, roots larger than 75 mm in diameter, and matted roots from the designated grubbing areas. Material to be grubbed, together with organic or metallic debris not suitable for foundation purposes, shall be removed to a depth of not less than 455 mm below the original surface level of the ground in areas indicated to be grubbed and in areas indicated as construction areas under this contract, such as areas for buildings, and areas to be paved. Depressions made by grubbing shall be filled with suitable material and compacted to make the surface conform to the original adjacent surface of the ground. The Contractor shall clear and completely dispose of all existing waste materials, debris, and rubble at an off-site location to be approved by the COR. 2.3 Demolition: Do not begin demolition until authorization is received from the COR. The Contractor shall remove demolition rubbish and debris from the construction site daily; do not allow accumulations inside the project area. The work includes demolition, salvage of identified items and materials, and removal of resulting rubbish and debris. Materials that cannot be removed daily shall be stored in areas specified by the Contracting Officer Representative. In the interest of occupational safety and health, perform the work in accordance with EM 385-1-1, Section 23, Demolition, and other applicable Sections. 2.4 Grading and Excavation: The Contractor shall grade all areas to provide a uniform sloped surface. The Contractor shall provide fill material as needed to raise the site elevations and to fill unused ditches and holes to make the site usable for construction. Areas around the facility shall be graded to slope away from the building in order to provide adequate storm water drainage. Fill shall be compacted to 90% of the maximum dry density in unpaved areas and 95% maximum dry density (Standard Proctor ASTM D 698) in paved areas or under buildings. 2.5 Site Storm Water Management System: The Contractor shall conduct a complete site investigation and field check in order to fully research and document the existing site storm water management and drainage system. The Contractor shall map out all existing conditions. With information based on the existing terrain, the Contractor shall design and layout the facility’s storm water system. The drainage system shall provide for all civil site and earth work (including all excavation and embankment) to provide a smooth, properly graded area for construction. The intent is to completely eliminate

W917BK-09-R-0035 Page 68 of 151

01015 – P a g e | 7 Al Damook Police Station

all earthen mounds, unnecessary ditches, sink holes, and any other obstacles that would constrain surface water runoff, create erosion problems, and provide for an unsightly overall landscape appearance. The Contractor shall incorporate the new facility storm water management system into the existing storm water system if one is present and located within 500 meters from the closest edge of the project site. The site shall be capable of handling a 10 year storm. 2.6 Asphalt Driveways: As an optional item (Option Item 2), the Contractor shall provide a Hot-mix Asphalt driveway (includes ECP area). The drives shall be constructed from 20 centimeters of Type 1 ASTM D 1241 stone, Gradation B base course compacted to 95% maximum dry density as per the modified proctor method and a minimum 10 centimeters of hot mix asphalt spread in 2 lifts (binder and wearing). The work shall consist of pavement courses composed of mineral aggregate and asphalt material heated and mixed in a central mixing plant and placed on a prepared course. HMA designed and constructed in accordance with this section shall conform to the lines, grades, thicknesses, and typical cross sections of existing elevations. Each course shall be constructed to the depth, section, or elevation required by the approved Contractor’s layout and design drawings and shall be rolled, finished, and approved before the placement of the next course. 2.6.1 Placing: The mix shall be placed and compacted at a temperature suitable for obtaining density, surface smoothness, and other specified requirements. Upon arrival, the mixture shall be placed to the full width by an asphalt paver; it shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and conform to the grade and contour indicated. Asphalt pavers shall be self-propelled, with an activated screed, heated as necessary, and shall be capable of spreading and finishing courses of hot-mix asphalt which will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. 2.6.2 Prime Coat: The prime coat shall be applied between the asphalt and stone base course. Immediately before applying the bituminous coat, all loose material, dirt, clay, or other objectionable material shall be removed from the surface. The surface shall be dry and clean at the time of treatment. Bituminous material for the prime coat shall be applied in quantities of not less than 0.70 liters and not more than 1.80 liters per square meter of pavement surface. 2.6.3 Tack Coat: The tack coat shall be applied between layers of asphalt. Immediately before applying the bituminous coat, all loose material, dirt, clay, or other objectionable material shall be removed from the surface. The surface shall be dry and clean at the time of treatment. Bituminous material for the tack coat shall be applied in quantities of not less than 0.20 liters and not more than 0.70 liters per square meter of pavement surface. 2.6.4 Compaction:

W917BK-09-R-0035 Page 69 of 151

01015 – P a g e | 8 Al Damook Police Station

After placing, the mixture shall be thoroughly and uniformly compacted by rolling. The surface shall be compacted as soon as possible without causing displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross section, and the required 96% field density is obtained. 2.6.5 Testing: The Contractor shall prepare and submit an Asphalt Quality Control and Testing Plans which shall state at a minimum the frequency of mixture properties testing per volume of material and the application rate calibration. 2.7 Concrete Sidewalks and Parking Area: 2.7.1 Sidewalks: The Contractor shall provide sidewalk access and landings to all of the building’s exterior doors. Sidewalk access shall be constructed from the building to the main entry point on the property and to the concrete parking lots. The sidewalk’s width shall be 1.2 meters. Sidewalk sections shall be a minimum of 10 centimeters and reinforced with 15 centimeter x 15 centimeter 9 gauge welded wire fabric in normal areas and 20 centimeters reinforced with 15 centimeter x 15 centimeter 9 gauge welded wire fabric in area that cross vehicle travel paths. Construction joints shall be placed every 1.2 meters. Expansion joints shall be placed where the side walk intersects other structures. The sidewalks shall have a broom finish with a trowel surface finish around the edges. 2.7.2 Parking Areas: The Contractor shall construct 1 wire mesh reinforced concrete parking area 15 meter x 6 meter with minimum 15 centimeters thick concrete reinforced with 15 centimeter x 15 centimeter 9 gauge welded wire fabric. A parking space shall be a minimum 3 meter X 6 meter and shall include vehicle sunshades with a 4 meter clearance from the top of the concrete slab. An additional reinforced concrete parking area 15 meter x 6 meter with sunshades is optional (Option Item 3). 2.8 Aggregate Surface Course: As a base bid, the Contractor shall provide aggregate surface course drives (includes ECP area). The drives shall be constructed from 20 centimeters of Type 1 ASTM D 1241 stone, Gradation B base course compacted to 95% maximum dry density as per the modified proctor method and a minimum 10 centimeters of aggregate surface course compacted to 95% maximum dry density. 2.8.2 Aggregate: Aggregates shall consist of clean, sound, durable particles of natural gravel, crushed gravel, crushed stone, sand, slag, soil, or other approved materials processed and blended or naturally combined. Aggregates shall be free from lumps and balls of clay, organic matter, objectionable

W917BK-09-R-0035 Page 70 of 151

01015 – P a g e | 9 Al Damook Police Station

coatings, and other foreign materials. The Contractor shall be responsible for obtaining materials that meet the specification and can be used to meet the grade and smoothness requirements specified herein after all compaction and proof rolling operations have been completed. 2.8.2 Gradation: Gradation requirements specified in TABLE I shall apply to the completed aggregate surface. It shall be the responsibility of the Contractor to obtain materials that shall meet the gradation requirements after mixing, placing, compacting, and other operations. TABLE I shows permissible gradings for granular material used in aggregate surface roads. Sieves shall conform to ASTM E 11.

TABLE I. GRADATION FOR AGGREGATE SURFACE COURSES Sieve Designation No. 1 No. 2 No. 3 No. 4 _________________ _____ _____ _____ _____ 25.0 mm 100 100 100 100 9.5 mm 50-85 60-100 -- -- 4.7 mm 35-65 50-85 55-100 70-100 2.00 mm 25-50 40-70 40-100 55-100 0.425 mm 15-30 24-45 20-50 30-70

0.075 mm 8-15 8-15 8-15 8-15 3.0 STUCTURAL: The Contractor shall provide new and complete buildings for this project. Unless otherwise specified, buildings shall have a reinforced concrete slab on a compacted base with a 3 story reinforced concrete frame structure (slab, column and beam construction) with masonry brick partition walls and 1.2 meter high roof parapets. The structures shall be designed according to IBC 2006 / ASCE 7-05. IBC 2006 references ACI 318-05 for reinforced concrete. Chapter 21 of ACI 318-05 shall be followed for seismic design and detailing to include beams, columns, joints, diaphragms, foundation, and continuity of the main building structure. All foundations of building shall be reinforced concrete footings in accordance with International Building Codes. The maintenance building shall be a concrete frame building or pre-engineered metal building (PEB). A PEB shall conform to the Metal Building Manufacturer Association’s (MBMA) specifications. 3.1 Design Criteria: The structural analysis and design of the Facility shall be based on the International Building Code and all associated reference codes.

Table 1: Structural Loads Live Loads for Concrete Frame Buildings

Live Loads

First floor 4.8 kPa

W917BK-09-R-0035 Page 71 of 151

01015 – P a g e | 10 Al Damook Police Station

Class Rooms 3.9 kPa *

Laboratories 3.9 kPa *

Restrooms, locker rooms 3.9 kPa *

Corridors above first floor, service areas 3.9 kPa

Waiting rooms, public areas 3.9 kPa

Stairways, laundry, dining, assembly & recreation areas, lobbies, balconies (patio)

4.8 kPa

Records, file rooms, storage & supply areas High density file rooms

6 kPa 12 kPa

Mechanical/electrical rooms or (actual equipment weight)

4.8 kPa

Roof (See note below) 1.2 kPa (minimum) plus drifting

* Indicates live load of 2.9 kPa plus 1.0 kPa partition allowance for a total live load of 3.9 kPa.

Dead Loads

Structural and Building Components Self Weight

Hung Load Allowance 0.5 kPa

Partition Loads (@ LL<3.9 kPa – except Roof) 1.0 kPa Snow Loads

Ground Snow Load N/A

Importance Factor N/A

Snow Load and Drift per IBC & ASCE 7 N/A

Wind Loads

a) Main Wind Force Resisting System - Basic Wind Speed (3 second gust) - Wind Importance Factor - Exposure Category

To be Determined

1.15 C

b) Components and Cladding Design per the International Building Code, Section 1609 - Exposure Category

C Seismic Criteria

S(DS) & S(D1) Ss=TBD S1=TBD

Seismic Importance Factor 1.25

Seismic Use Group Seismic Design Category

III D

W917BK-09-R-0035 Page 72 of 151

01015 – P a g e | 11 Al Damook Police Station

Soil Profile Type (assumed at this time) To be Determined **

** To be determined based on site specific analysis and geotechnical evaluation Drift Criteria (MWFRS)

Wind (1st Order Analysis) H/400

Deflection Criteria

DL + LL (minus camber) L/240

LL L/360

3.2 Foundation System: The Contractor shall perform a geotechnical investigation. Soil borings shall be taken to determine allowable bearing pressures and lateral soil pressures. The recommended number of borings shall be one boring for every 500 square meters of building footprint. The geotechnical investigation shall also be adequate to provide a thorough understanding of the seismic site classification as described in the International Building Code.

3.3 Structural Roof System: A reinforced concrete slab shall be used for the structural roof system for the main building. The roof system shall be designed to support all dead loads and superimposed live loads. The live load criteria listed in Table 1 are to be considered the minimum acceptable live loads. Heavier loads shall be used when necessary to accommodate specific required equipment or machinery (HVAC equipment, etc). 3.4 Pre Engineered Metal Building (PEB): 3.4.1 Manufactu rer’s Qualifications: Approval by Contracting Officer is required of products or service of proposed manufacturer, suppliers and installers, and will be based upon submission by Contractor of certification that:

1. Metal building shall be the product of a recognized steel building systems manufacturer who has been in the practice of manufacturing steel buildings. The manufacturer shall be chiefly engaged in the practice of designing and fabricating metal building systems. Manufacturer regularly and presently manufactures pre engineered metal buildings as specified as one of its principal products.

2. Installer has technical qualifications, experience, trained personnel and facilities to install specified items. Approval will not be given, however, where experience record is one of unsatisfactory performance.

3. Manufacturer's product submitted has been in satisfactory and efficient operation on three installations similar and equivalent to this project for three years. Submit list of installations.

W917BK-09-R-0035 Page 73 of 151

01015 – P a g e | 12 Al Damook Police Station

3.4.2 Design Criteria:

A. Design metal buildings to resist the dead load, the live load, and the combination of these loads as set forth in Metal Building Manufacturers Association (MBMA) "Recommended Design Practices Manual". The following design data shall be used to design the metal building:

1. Roof Live Load: 0.6 kilonewtons per square meter

2. Wind Load: 160 kilometers per hour

3. Dead Load: To be calculated by manufacturer

4. Seismic loading as per IBC 2006 using the Geotechnical Report

a. Ss = TBD, S1 = TBD b. Seismic Importance Factor = 1.25 c. Seismic Use Group III d. Seismic Design Category = D e. Soil Profile Type = TBD

5. Auxiliary loads consisting special equipment.

B. Deflection Limits shall be shown for:

1. Roof Framing 2. Roof Panels 3. Walls Panels

C. Metal Building components shall be capable of supporting design loads without permanent deformation, loss of water tightness, or disengagement of any part of the installation.

D. Insulated wall and roof panels shall be factory-fabricated units with insulating core between metal face sheets, securely fastened together and uniformly separated with rigid spacers, facing of steel or aluminum of composition and gauge specified for covering, constructed in a manner that will eliminate condensation on interior of panel. Panels shall have a factory color finish. Insulation shall be compatible with adjoining materials; nonrunning and nonsettling; capable of retaining its U-value for the life of the metal facing sheets; and unaffected by extremes of temperature and humidity. The assembly shall have a flame spread rating not higher than 75, and smoke developed rating not higher than 450 when tested in accordance with ASTM E 84. The insulation shall remain odorless, free from mold, and not become a source of food and shelter for insects. Panels shall be not less than 200 mm (8 inches) wide and shall be in one piece for unbroken wall heights.

E. Maximum "U" Value: Total "U" value through wall panel, roof panels, and insulation shall not be greater than 1W/M² K and shall take infiltration and stud effect at joints into account.

W917BK-09-R-0035 Page 74 of 151

01015 – P a g e | 13 Al Damook Police Station

F. Wall and roof panels shall have a factory applied polyvinylidene fluoride finish on the exposed side. The exterior finish shall consist of a baked-on topcoat with an appropriate prime coat. The exterior coating shall be a nominal 0.025 millimeter (1mil) thickness consisting of a topcoat of not less than 0.018 millimeter (0.7mil) dry film thickness and the paint manufacturer's recommended primer of not less than 0.005 millimeter (0.2mil) thickness. The interior finish shall consist of the manufacturer's recommended thickness primer coating.

G. Flashing, trim, metal closure strips and curbs, fascia, caps, diverters, and similar metal accessories shall be the manufacturer's standard products. Exposed metal accessories shall be finished to match the building finish. Molded closure strips shall be bituminous-saturated fiber, closed-cell or solid-cell synthetic rubber or neoprene, or polyvinyl chloride pre-molded to match configuration of the roofing or siding and shall not absorb or retain water.

H. Structural steel sections shall be designed in accordance with AISC, "Specification for the Design, Fabrication, and Erection of Steel Buildings". Secondary structural members shall be light gauge cold formed structural members and shall be designed in accordance with latest edition of AISI, "Specifications for the Design of Light Gage Cold Formed Steel Structural Members". Welding shall comply with AWS Standard No. D1.1.

I. The steel frame of the PEB and the reinforcing in the concrete slab and foundations shall be grounded and protected from lightning in accordance with the National Electric Code 2005.

3.5 Lateral Load Resisting Systems: For both the PEB and concrete frame building, the lateral load resisting system shall be in compliance with the requirements of the International Building Code 2006 and consistent with the requirements of the Seismic Design Category D. The lateral system shall be capable of resisting all wind and seismic forces at the site. The IBC 2006 shall be used for seismic design with the parameters given in this SOW; the Iraqi code shall NOT be used for seismic design. 3.6 Testing and Inspections: Testing and inspection necessary to insure that the buildings are constructed in accordance with the construction documents shall be provided. Provide all inspections required by the International Building Code.

4.0 CONCRETE: Soil beneath to the foundations or slab shall be compacted to 95% maximum dry density as determined by the Standard Proctor Method, ASTM D 698 before concrete is poured. A moisture barrier shall be placed under all concrete slabs or foundations on grade. All load-bearing concrete shall be reinforced with steel reinforcement according to the approved design drawings. Non-load bearing concrete shall be reinforced with 15 centimeter x 15 centimeter 9 gauge wire mesh or larger. A smooth steel trowel type finish shall be expected unless otherwise specified. Concrete design, placement, curing, and testing shall conform to the ACI 2005 and IBC 2006 standards.

W917BK-09-R-0035 Page 75 of 151

01015 – P a g e | 14 Al Damook Police Station

4.1 Concrete Strength: Concrete shall achieve the following minimum 28-day compressive strengths:

a. Below grade foundations………………………………………18 MPa b. Paving………………………………………………………….25 MPa c. Structural concrete……………………………………………..21 MPa d. Minor structures………………………………………………..18 MPa

4.2 Concrete Joints and Construction: Control joints (NOT E XPANSION JOINTS) shall be placed in the concrete construction in accordance with ACI 224.3R “Joints in Concrete Construction” (2001). The concrete slab on grade and concrete floors shall be constructed in accordance with ACI 302.1R “Guide for Concrete Floor and Slab Construction” (2004) and ACI 360R “Design of Slabs on Grade” (1997). 4.3 Concrete Finish: Concrete floors shall have a smooth steel trowel floor finish achieved preferably by using a power trowel. The Contractor shall ensure their concrete finishers are experienced and qualified with a power trowel. The concrete shall be vibrated and free from voids or cracks and shall be properly cured to avoid stress cracking due to excessive moisture loss. 4.4 Reinforcing Steel Strength: Reinforcing steel shall conform to ASTM A 615M. A passing test report shall be required for each heat run. 4.5 Concrete Testing: Test cylinders or cubes shall be provided every day concrete is placed, for every 100 cubic meters of concrete placed or for every 465 square meters of space whichever is greater. Contractor shall document the batch, date of concrete placement, and location where the cylinders or cubes where taken. 5.0 MASONRY: Clay bricks shall be used for the building interior partition walls. Reinforced block construction shall be used for the building exterior walls and the security fence (if option 1 is elected). The brick shape shall be regular with right angles and straight edges within the limits of allowable differences. If a crack or notch is present, it shall not be large enough to cause weakness in the brick properties and the notch shall not be more that 10% of the brick size. The brick shall be homogenous, baked throughout, and free of gravel, stone, and lime knobs. The brick shall be 90% free of defects. All block and brick walls, both solid and hollow core shall be placed with mortar on all surfaces in contact with adjacent block or brick. All block and brick walls, both solid and hollow core shall be placed with mortar on all surfaces in contact with adjacent block or brick. Placing the mortar after the block is positioned in place is not acceptable. 5.1 Clay Brick: 5.1.1 Classes of Clay Brick:

W917BK-09-R-0035 Page 76 of 151

01015 – P a g e | 15 Al Damook Police Station

Clay Bricks shall have the following classes:

1. Class A: Used for structural parts and foundations loaded and exposed to erosion and climatic effects, and for external walls exposed to erosion.

2. Class B: Used for bearing structures not exposed to erosion or for internal walls protected from moisture.

3. Class C: Used for non structural members and not exposed to erosion

5.1.2 Types and Dimensions: The types and dimensions of the clay bricks shall be as follows:

1. Solid bricks free of holes and cavities with dimensions 240mm x 115mm x 75mm.

2. Perforated bricks: The ratio of the holes shall not be more than 25% from the total size with dimensions 240mm x 115mm x 75mm.

The length of the brick shall be within 3%, the thickness shall be within ±4%, and the surface flatness shall be within 5mm. 5.1.3 Compressive Strength: The compressive strength and absorption shall be as follows:

1. Class A: Shall have a minimum strength of 18 N/mm2 with a maximum absorption of 20%.

2. Class B: Shall have a minimum strength of 13 N/mm2 with a maximum absorption of 26%.

3. Class C: Shall have a minimum strength of 9 N/mm2 with a maximum absorption of 28%.

5.2 Concrete Masonry Units (CMUs): 5.2.1 Dimensions: The exterior dimensions for standard concrete masonry units shall be as shown below:

Length (mm) Width (mm) Height (mm) 400 200 200 400 200 150 300 200 150 300 150 150 300 200 100 300 150 100

W917BK-09-R-0035 Page 77 of 151

01015 – P a g e | 16 Al Damook Police Station

Thickness of string and shell shall not be less than 20mm. The CMUs may be produced in other dimensions other than the ones listed, but the height of the units shall not exceed its length or six times its width. Differences in any dimension shall not exceed 3mm. 5.2.2 Usage: The types of the CMUs shall be as follows:

1. Type A – for general use in interior walls that are exposed to moisture or weather effects under or above ground level.

2. Type B – for use above ground level in interior walls or exterior walls that are protected from moisture or weather effects.

5.2.3 Physical Requirements: CMUs shall comply with the requirements shown in the following table and shall be allowed to cure for a minimum of 14 days before use.

Unit Type Type Minimum Compressive Strength (N/mm2) H2O Absorption

Less then % Average of 3 units One Unit

Solid A 13 11 10 B 9 7 15

Hollow A 7 6 15 B 5 4.5 20

5.2.4 Visual Inspection: The CMUs shall be visually inspected for the following requirements:

1. All mass surfaces shall be free from cracks or defects that would reduce its soundness, bearing capacity or durability.

2. Surfaces that shall receive a protective layer such as mortar or plaster shall have enough roughness to guarantee cohesion.

5.2.5 Rejection: When any consignment fails to satisfy specification requirements, new specimens shall be chosen and tested at the Contractor’s expense. If the second test fails, the entire consignment shall be rejected. 5.3 Cellular Concrete Block: 5.3.1 Surfaces: The faced surfaces shall be parallel and free from defects that affect its performance. All angles shall be right angles and the edges shall be acute. 5.3.2 Dimensions:

W917BK-09-R-0035 Page 78 of 151

01015 – P a g e | 17 Al Damook Police Station

Standard Block dimensions shall be as shown in the table below. Dimensions shall not deviate more than +/- 3 millimeters for any dimension.

Length (mm) Height (mm) Thickness (mm)

490 240

60 120 180 240

590 240

60 120 180 240

5.3.3 Physical Requirements: Concrete blocks shall comply with the requirements shown in the following table.

Class Density Kg/m3

Compressive Strength (N/mm2) Dimensional Shrinkage

Max % Cube

(100x100x100)mm Unit with Thickness

240mm 0.4 351-450 1.00 0.7 0.1 0.5 451-550 2.00 1.4 0.1 0.6 551-650 3.00 2.1 0.1 0.7 651-750 4.00 2.8 0.1 0.8 751-850 6.00 4.2 0.1

5.3.4 Absorption: The total absorption shall not exceed 45% and capillary absorption shall not exceed 120 millimeters for all classes. 5.4 CMU and Block Reinforcement: CMUs or Concrete Cellular Blocks located on the exterior walls shall be reinforced in both the vertical and horizontal directions as per the approved design drawings. Interior block walls shall not be reinforced but shall have a mechanical connection at the top connecting the wall to the slab or beam above. 6.0 DOORS AND WINDOWS: 6.1 Doors: New doors shall be installed complete with frames and all necessary hardware including locks, and weather stripping. All doorframes shall be flush with the wall and the seams shall be sealed. All doors and frames shall be painted. Solid wood doors and door frames shall be installed at all interior door locations (except for the Armory and Jails) and insulated steel doors with dead bolt locking mechanism at exterior locations. All doors, frames, and hardware shall be commercial / institutional grade capable of withstanding heavy use. For all exterior doors, the Contractor shall

W917BK-09-R-0035 Page 79 of 151

01015 – P a g e | 18 Al Damook Police Station

provide a commercially manufactured threshold with a vinyl or silicone rubber insert in the face of the stop.

• A minimum of two (2) sets of keys shall be provided for any locks installed on doors.

• All doors shall be provided with door stops.

• Solid wood doors and door frames shall be installed at all interior door locations except the armory and jails. Interior solid wood doors shall be 2.1m x 1.0m.

• Exterior double doors shall be double leaf steel exterior doors with steel frame, with closers, panic bars. Each door leaf shall have a tempered, shatterproof window, 0.83m tall x 0.63m wide.

• Exterior single doors shall be single steel exterior doors with steel frame, with closers, panic bars. The door shall have a tempered, shatterproof window

• The jail door is a specialized steel door that shall have a viewing hatch and a food hatch. The door leaf shall be a minimum of 65 millimeters thick with steel sheets 1.5 millimeters thick. The door shall be filled with sound reducing materials and shall be completely galvanized and surface grounded.

• Armory Door shall be a single steel door with a steel frame. The door shall have a tempered, shatterproof window.

• The Electrical room door shall have a grated vent in lieu of a glass window.

6.2 Windows: New steel windows shall be installed complete with frames and all necessary hardware, locks, and weather stripping.

• The steel windows shall have steel frames.

• Operable windows shall be provided with insect screens. All windows shall be able to open providing adequate natural ventilation.

• Windows shall be factory produced and commercial / institutional grade.

• All joints between window frame and building shall be sealed. All windows and joints shall be watertight and airtight.

• Reflective/shading film shall be applied on all exterior windows to decrease the amount of sunlight entering into the buildings.

7.0 FINISHES: Paint on metal shall consist on one rust proof primer coat and two finish coats. Exterior paint shall be exterior grade paint. The paint type and color shall be submitted to COR for approval. 7.1 Finish for Interior Walls, Ceilings, Windows, and Doors: The Contractor shall prepare all interior walls, ceilings, windows, and doors for paint. All interior walls shall receive a mortar leveling coat followed by a gypsum plaster finish. All exposed ceilings shall be painted. All walls, except for walls to receive special treatment shall be

W917BK-09-R-0035 Page 80 of 151

01015 – P a g e | 19 Al Damook Police Station

painted. Bathroom and kitchen walls shall have a ceramic tile finish. Bull nosed ceramic tile shall be used on the walls. 7.1.1 Gypsum Plaster: The application of the interior plaster shall be as per ASTM 842 “Application of Interior Gypsum Plaster”. The plaster shall be applied in 3 coats; Scratch coat, brown coat, and finish coat. The surfaces to be plastered shall be thoroughly prepared before the plaster is applied. They shall be cleaned with a wire brush and soaked with water for at least 24 hours. Monolithic concrete surfaces shall be prepared with a bonding compound or chipped and humidified so as to increase adhesion of the cement coating. Finish coats shall be applied to a partially dry base coat or to a thoroughly dry base coat that has been evenly wetted by brushing or spraying. No water shall be left standing on the surface prior to plaster application. Troweled finishes shall be applied by drawing the first application down tight to the entire base coat surface and doubling back to fill out to a true even surface of from 1⁄16 to 1⁄8 in. (1.6 to 3.2 mm) thick, free from catfaces and other blemishes or irregularities. Final troweling or texturing shall be done with a minimum of water after the finish coat has become firm. All corners shall be protected by a metal corner beads. Finish surfaces on plaster walls and ceilings shall not deviate from a true vertical or horizontal plane by more than 3 millimeter from the line of a 3 meter straightedge placed at any orientation on its surface. Finish surfaces shall be free of bumps and depressions. 7.1.2 Paint: The interior walls, ceilings, windows, and doors shall be painted with one primer coat and two finish coats. Paint shall be water based semi-gloss, Acrylic Enamel on all painted surfaces except latrines. Paint in latrines shall be a water proof, mold resistant, oil based, and semi-gloss Acrylic Enamel paint. The paint brand, color, and texture shall be submitted to the COR for approval. 7.1.3 Finished Flooring: All interior finished flooring shall be Terrazzo Tile except for kitchen areas and bathroom floors. All kitchen finished floors shall be anti slip ceramic tile and all bathroom floors shall be fluid applied epoxy flooring. The maintenance shop finished flooring shall be fluid applied epoxy flooring. Terrazzo Tile: Shall be 300mm x 300mm x 30mm. The surface shall be smooth and free of defects with the aggregate distributed homogenously. The edges shall be vertical and free of defects. The color of the tiles shall be the same throughout the entire facility. Ceramic Tile: Tile shall be standard grade conforming to ANSI A137.1. Tile shall be impact resistant with a minimum breaking strength for wall tile of 41 kg and 113 kg for floor tile in accordance with ASTM C 648. The color of the tiles shall be the same throughout the entire facility. Fluid Applied Epoxy Flooring: Materials (except aggregate) used in the flooring shall be the products of a single manufacturer. The polyester or resin-based flooring shall be trowel or brush applied 6 mm thick and mildly chemical resistance. The epoxy flooring system shall consist of a Primer, Aggregate (Sand) for a non-slip surface, Binder, and a clear Top Coat.

W917BK-09-R-0035 Page 81 of 151

01015 – P a g e | 20 Al Damook Police Station

7.2 Finish for Exterior Walls, Windows, and Doors: The Contractor shall prepare all exterior surfaces of walls, windows, and doors for paint. Exterior walls shall either receive a Stucco finish, Brick Fascia, or Stone Fascia. The exterior stucco walls, windows, and door paint system shall consist of one primer coat and two finish coats of Acrylic Latex. A rust proof primer shall be used for all metal surfaces. Finish coat paint shall be exterior grade Acrylic Latex. 7.2.1 Brick or Stone Fascia: Facing brick or stone shall be laid in running bond, with the better face of the brick or stone exposed. Face and ends, corners, and reveals shall be uniformly straight and true, free from chips and spalls, and uniform in color and texture. Where indicated as stack-bond pattern, facing brick or stone shall be selected for uniform size, color, and texture and shall be laid with plumb and uniform vertical joints. Face brick or stone shall be laid out and adjusted to each wall space. No course shall finish at external corners or at jambs with less than a full header. Header shall center on the stretcher or on the joints of adjoining courses. Closers shall be avoided where possible. When necessary to maintain bond, closers shall be placed symmetrical with the center line of openings. No closer shall be less than 50 millimeter wide. Brick or stone masonry units shall be wetted prior to laying. When being laid, units shall have sufficient suction to hold the mortar and to absorb excess moisture but shall leave mortar plastic and workable. Bricks or stone shall be laid with bed and vertical joints evenly and solidly filled with mortar. Mortar beds shall be spread smooth and the ends of the brick shall be buttered with sufficient mortar to completely fill the end joint when the brick is in place. Vertical longitudinal joints in all exterior walls, except cavity walls, shall be completely filled by pargeting, either the face of the masonry backup, or back of the facing, or by pouring the vertical joint full of grout, or by shoving to obtain a wall entirely free from voids or open joints. Interior face-brick walls shall be laid as specified, with full bed and vertical mortar joints; the vertical longitudinal joint between inner and outer wythes need not be pargeted or filled. 7.2.2 Stucco (Portland Cement Plaster): Stucco shall be applied in three coats to a thickness of not less than 25 mm as measured from the back plane of metal reinforcement, exclusive of ribs or dimples or from the face of solid backing or support, with or without metal reinforcement, to the finished stucco surface, including moderate texture variations. Stucco application shall conform to the applicable requirements of ASTM C 926. Masonry surfaces to receive stucco shall be evenly dampened immediately prior to application of stucco. Each stucco coat shall be applied continuously in one general direction, without allowing mortar to dry at edges. Where it is impossible to work the full dimension of a wall surface in a continuous operation, jointing shall be made at a break, opening, or other natural division of the surface. Edges to be joined shall be dampened slightly to produce a smooth confluence. Exterior corners of stucco shall be slightly rounded. Stucco on soffit surfaces shall be pitched forward to form a drip. Scratch Coat: Scratch coat shall be applied not less than 10 mm thick under sufficient pressure to form good keys and to completely embed the reinforcement. Before the scratch coat has set, it shall be lightly scratched in one direction and vertical surfaces shall be scratched in the horizontal direction only. The scratch coat shall be fog cured for a minimum of 72 hours.

W917BK-09-R-0035 Page 82 of 151

01015 – P a g e | 21 Al Damook Police Station

Brown Coat: The scratch coat shall be dampened evenly to obtain uniform suction before the brown coat is applied. There shall be no visible water on the surface when the brown coat is applied. The brown coat shall be applied to the scratch coat with sufficient pressure to force the stucco into the scratches and shall be brought to a plumb, true, even plane with rod or straightedge. When set sufficiently, the brown coat shall be uniformly floated with a dry float to promote densification of the coat and to provide a surface receptive to bonding of the finish coat. Brown coat shall be fog cured for a minimum of 72 hours. Finish Coat: Surfaces of the brown coat shall be dampened not more than 1 hour before the finish coat is to be applied to a uniform wetness with no free-standing water on the surface. The finish coat shall have a rough-textured finish and shall conform to the approved sample. The finish coat shall be fog cured for a minimum of 48 hours. Care shall be taken to prevent staining. Surface Tolerance: When a 3 m straightedge is placed at any location on the finished surface of the stucco, excluding rough-textured finish, the surface shall not vary more than 3 mm from the straightedge. Curing: Fog curing shall be accomplished by applying a fine mist of water to the stucco. Care shall be exercised during fog curing to avoid erosion damage to the stucco surfaces. A solid stream of water shall not be used. Frequency of fogging shall be not less than three times daily. When directed the Contractor shall protect the stucco from the direct rays of the sun during severe drying conditions using canvas, cloth or other approved sheet material. 8.0 FIRE PREVENTION: The Contractor shall provide fire detection and alarm system meeting the following criteria:

• Fire detection system shall be Underwriters Laboratory (UL) or National Fire Protection Association (NFPA) approved.

• The detection system shall be smoke and heat activated and shall be installed in all rooms and hallways.

• Fire detection and warning system shall utilize audible and visual alarms and have manual pull stations.

• The system shall be controlled by a centralized fire alarm control panel and a graphic annunciator located by the main entry point.

• The smoke and heat detectors shall be hard wired with battery backup.

• A minimum of one (1), 8 kg or greater, fire extinguisher per 100 square meters shall be provided.

• All fire extinguishers shall be wall mounted placed in special cabinets.

• Fire extinguishers shall be of the ABC type.

• Emergency lighting shall be installed with battery backup power along all exit routes.

W917BK-09-R-0035 Page 83 of 151

01015 – P a g e | 22 Al Damook Police Station

• Emergency exit signs, in Arabic with international symbols, shall be installed over primary fire exit routes.

• Detectors inside the jail areas shall be located in a metal, protective, tamper proof cage.

9.0 PLUMBING: 9.1 General: The Contractor shall plan and construct potable cold and hot water systems, sewage, drains, and vents required in the facility. The Contractor shall construct the overall water supply and distribution systems for the building. The system shall be sized for 150 liters per person per day with 5 days storage for 140 people. Water supply lines shall be sized according to maximum daily future flows. The Contractor shall install underground water piping as necessary. The Contractor shall tie the potable water tanks into the local water system if one is present. The Contractor shall be responsible for connecting the tanks to a point at a maximum distance of 500 meters from the facility. The Contractor shall tie the sanitary sewer lines into the local sewer system if one is present. The Contractor shall be responsible for connecting the building to a point at a maximum distance of 50 meters from the facility. If a local sewer network is not present the Contractor shall install a septic tank and leachate system sized to accommodate the occupants of the facility with a minimum of 3 days storage. All plumbing shall be in accordance with the 2006 International Plumbing Code. Construction shall not be started until approval by COR. The work covered in this scope also includes procurement, delivery to the project site, erection, installation, adjusting, testing and balancing, and commissioning of all plumbing equipment and associated plumbing works. The following are general plumbing requirements: 9.2 Qualifications: The plumbing systems shall be executed by a plumbing specialist. 9.3 Standard Products: All materials and equipment shall be standard product of a manufacturer regularly engaged in the manufacture of the product and shall duplicate items that have been in satisfactory use for at least two (2) years prior to submission of offer.

9.4 Plumbing Fixture Requirements: The following typical plumbing fixtures shall be provided:

• Eastern W ater Close t w ith flush tank as sembly: Ceramic, recessed floor mounted. Provide a cold water spigot 300 millimeter above finished floor on the right sidewall of the cubicle. Install P-traps at all water closet locations. P-traps located on upper floors shall be made of ductile steel. Pipes connecting flushing tank and toilet shall be one piece.

W917BK-09-R-0035 Page 84 of 151

01015 – P a g e | 23 Al Damook Police Station

• Service Sink: Standard trap type, concrete epoxy coated trough sink or stainless steel trough type as needed. Service sinks provided in maintenance bay shall be stainless steel, and acid resistant in the battery room. Install vapor barriers (i.e., P-Trap) at all sink locations. P-traps shall be made of cast iron.

• Grease/Oil Intercepto r: A stainless steel construction, manual cleaning type with removable checker-plate cover, complete with flow control valve shall be installed at each sink and on the main sewage line exiting the building.

• Floor Drain: Cast iron construction with galvanized body, integral seepage pan, and adjustable perforated or slotted chromium plated bronze, nickel-bronze, or nickel brass strainer consisting of a grate and threaded collar. The toilet room floor drains are similar except they shall be provided with a built-in, solid, hinged grate. Install vapor barriers (i.e., P-trap) at all sink locations. P-traps shall be made of cast iron.

• Plumbing Vents: Provide vent lines as required by the 2006 International Plumbing Code.

• Trench Drain: Cast iron construction with galvanized body, integral seepage pan, and adjustable perforated or slotted chromium plated bronze, nickel-bronze, or nickel brass strainer consisting of a grate and threaded collar.

• Hose Bibs: Provide steel taps instead of hose bibs in latrines and shower rooms. Room hose bibs shall be provided as required.

• Shower: The showerhead shall not be made for adjustment or removal, and faucet handles shall durable enough for high use applications such as industrial, institutional and commercial facilities. Provide for manual mixing with hot and cold-water valves. Install vapor barriers (i.e., P- trap) at the shower drain. P-traps shall be made of cast iron.

• Building Sinks: Trough style sinks shall be in the large bathrooms and jail with industrial quality fixed non-moving spouts on the faucets. Faucets cannot be gooseneck style with multiple fitting connections or acceptable faucet in washer less design with single handle mixer.

9.5 Building Plumbing Water Supply & Distribution: The Contractor shall provide a fully integrated Water Supply System from water storage tanks. The Contractor shall construct a fully integrated water supply system in conformance with International Building Code guidelines.

• The Contractor shall ensure that the building water supply and water distribution system conform to the 2006 International Plumbing Code. Potable water shall be distributed by means of Schedule 40 galvanized steel pipes and all facility water lines shall be surface mounted.

• Water supply lines shall be sized according to maximum daily future flow.

• Pressure relief valves shall be provided on hot outlet pipes, and as required by code and an anti-siphon device on all cold water inlets

W917BK-09-R-0035 Page 85 of 151

01015 – P a g e | 24 Al Damook Police Station

• Placement of cleanouts shall allow the use of a rebar to snake the line from the upstream end of each straight run of pipe

• Plumbing fixtures shall be simple and high strength, standard spigot style faucets without mixing valves are considered suitable, a wall mounted spigot/hose bib is considered suitable in place of the spray hose.

• With exception to the Reception Building, the hot water tanks shall be installed in a separate room, not within the bathroom area, the units shall be located inside storage room, toilet/janitor room or similar type of locked space.

• The plumbing utility site infrastructure systems shall be constructed prior to the building construction.

• Potable water for the building in this facility shall be supplied from a water tank storage and distribution system connected to a local water network if available. The water supply and distribution system shall be capable of providing a minimum of 150 liters per day per person.

• Provide water pressure of 1.5 bars to the highest point in each building. The supply tanks shall be installed between the pump and local water main (if one is present) with a low level cut-off switch to keep the building pump from cavitating the local water line.

• Two pumps with hydro-pneumatic tanks shall be installed and shall be equipped with a pressure sensing switch. Installed pumps shall conform for outdoor use. Pumps shall be installed to avoid wind driven rain and dirt in order to avoid pump failure caused by these conditions. Pumps shall be installed so that they shall not run when water is not available.

• Each water pump shall equal or exceed the maximum output flow rate as required.

• Each storage tank shall be provided with a float switch to prevent overfilling if filled automatically.

• Service connections to the individual building or areas requiring water service shall have an isolation valve located 1.5 meters outside each building or areas requiring water service. The isolation valve shall be located in a separate service box with an accessible actuator to open and close the isolation valve. The isolation valve and actuator shall be marked to show the position of the valve. The isolation valve and service box shall be labeled as to what building or area the isolation valve controls.

• Water service to each area shall enter the building in the mechanical room.

• All Water Service to each building shall be underground with a minimum coverage of 0.75 meters if provided from a water main. The pipe can be directly connected to the facility if provided from a water tank storage system with pumps.

• All inside building water lines shall be surface mounted.

• All inside water piping shall be routed parallel to the building lines.

W917BK-09-R-0035 Page 86 of 151

01015 – P a g e | 25 Al Damook Police Station

• Insulation shall be installed on all cold and hot water piping. Insulation on Cold water piping shall control condensation and be air tight. All hot water piping shall be insulated with an insulation material rated for temperatures of at least of 65° C.

• The Contractor shall provide galvanized steel pipe Schedule 40 for potable water lines connecting to sinks, and toilets.

• Hot water shall be provided from a hot water heater capable of supplying 49°C (120°F) hot water to fixtures and outlets requiring hot water. Hot water of a higher temperature shall be provided only where required for special use or a special process.

• The hot water shall be generated by an electric water heater. The unit shall be of the commercially available tank type having low or medium watt density electric heating elements. All installed water heaters shall have a temperature/pressure relief valve installed integral with the tank in the top six inches of the tank per International Plumbing Code.

• Bottom fed electric water heaters or water heaters vulnerable to siphoning shall have check valves installed on the water inlet to prevent water from draining and dry firing of the elements. Dry firing occurs when the element is energized without being completely submerged in water, causing it to burn out immediately.

• Hose connects with appropriate piping shall be provided at two points in the latrine and three points in the maintenance garage with a hot and cold water manual mixing valve for cleaning purposes.

• Fabricate and install covers at all manholes and cisterns. Water supply system valve manhole covers shall be round cast iron and permanently marked as to the type of access. These covers shall be sufficiently sized to allow for normal operation, man access, or maintenance to be conducted as required.

• Recess and grout all concrete manhole caps. Fill dirt shall be added to within 2 centimeters of the top of concrete manhole cap and grade to slope away from manhole. Fill dirt shall be added to cover an area 2 meters around all sides of manhole.

• Adequate provisions, such as barriers or bollards, shall be installed to prevent vehicles from driving over service boxes and covers as required.

• The Contractor shall install the water tank supply and distribution piping for the facility. If a local water network is available, the Contractor shall evaluate the existing system to determine if the local network can support the new facility. If the capacity of the local system is sufficient, the Contractor shall tie the facility’s storage tank system into the local supply.

• The Contractor shall construct the building water supply and water distribution system in accordance with the 2006 International Plumbing Code. Potable water shall be distributed from the storage tanks to the building by means of Schedule 40 galvanized steel pipes. The Contractor shall connect to the local water system if available within 500 meter radius, using ductile iron or PVC with the appropriate pressure rating for the local system. The Contractor shall install all check and isolation valves as needed to allow

W917BK-09-R-0035 Page 87 of 151

01015 – P a g e | 26 Al Damook Police Station

maintenance to the building’s water system and to prevent contamination to the local water supply system.

9.6 Manholes and Valve Boxes: The Contractor shall install manholes and valve boxes as required in the International Plumbing Code. Covers shall be fabricated and installed at all manholes and cisterns. Water supply system valve manhole covers shall be round cast iron and permanently marked as to the type of access. These covers shall be sufficiently sized to allow for normal operation, man access, or maintenance to be conducted as required. Recess and grout all concrete manhole caps. Fill dirt shall be added to within 2 centimeters of the top of concrete manhole cap and grade to slope away from manhole. Fill dirt shall be added to cover an area 2 meters around all sides of manhole. Adequate provisions, such as barriers or bollards, shall be installed to prevent vehicles from driving over service boxes and covers as required. 9.7 Water Storage Tanks: The Contractor shall use galvanized steel bolt-up tanks for water storage in the water supply and distribution system. The materials, shop design, fabrication and erection of the bolt together tank shall conform to the NFPA 22/AWWA Standard for “Factory-Coated Bolted Steel Tanks for Water Storage” – ANSI/AWWA D103-1997.

9.8 Pipe Bedding: The Contractor shall ensure that the following criteria are met when planning and installing the new water supply and distribution system:

The Contractor shall provide bedding material to level out any irregularities in the trench bottom and to assure uniform support along the barrel of each pipe section. The bedding material shall be a minimum of 15cm in depth. The Contractor shall also use bedding to distribute the load bearing reaction, due to the weight of the backfill material, around the lower portion of the pipe. Compaction shall be to 95% maximum dry density for non cohesive soils, and 90% maximum dry density for cohesive soils. Density shall be based on the standard proctor method, ASTM D 698. Maximum size of aggregate shall not be more than 8 millimeters per 100 millimeters (1 inch per foot) of pipe diameter, or 75 millimeters (3 inches) maximum. Select aggregate shall consist of well-graded sand, gravel, crushed gravel, crushed stone or crushed slag composed of hard, tough and durable particles, and shall contain no more than 10% by weight of material passing a 0.075 millimeters No. 200 mesh sieve and no less than 95% by weight passing the 25 millimeters (l inch) sieve.

9.9 Sanitary Work: The Contractor shall construct the building’s sanitary system in conformance with the 2006 International Code Council guidelines to accommodate a population of 140 people. The system shall include sanitary waste lines from all fixtures inside the building to the waste water Septic Tank System. A 63,000 liter septic holding tank and a Contractor designed cesspool shall be provided with the Septic System. Contractor shall check local water level prior to designing the cesspool.

W917BK-09-R-0035 Page 88 of 151

01015 – P a g e | 27 Al Damook Police Station

The Contractor shall make every effort to tie into a city sewer system, if there is one available within 50 meters, in lieu of an onsite treatment system. If a city system is available the Contractor shall eliminate the septic system. Lift stations and manholes shall be installed as required in the 2006 International Building Code.

• The Contractor shall plan for a gravity sanitary sewer system. Where gravity flow is not practical, the system shall consist of a series of holding tanks. The holding tanks will not be placed at or in front of any entrance. The holding tank will have a minimum of a 10-meter stand off from any building.

• Install a new and complete building sanitary sewer system to include all piping, fittings, hangers, straps, flanges, traps, drains, vents, and fixtures. Pipe shall be installed from holding tanks to the facility exterior to allow removal of waste product without entering the compounds. All piping inside the building and 1.5 meters out from foundation shall be ductile steel.

• Floor drains shall be provided in each room that contains a water source. Floor drains shall be provided in the mechanical equipment and toilet rooms as required. Drains shall be located near urinals or toilet partitions in toilet rooms. The Terrazzo and Tile flooring in the rooms that require floor drains will be sloped to generate a positive slope to the drains.

• Install showers to include all piping, faucets, fixtures, drains and concrete or tile work

• Latrine and shower walls, from the floor to the ceiling, shall receive ceramic tile. All tile joints shall be grouted and sealed to avoid water migration into the walls. Shower units shall include a changing space and a privacy enclosure.

• Latrine stalls shall receive a swinging door with a bolt closure.

• Hose connects with appropriate piping shall be provided in each latrine/shower facility.

• Waste lines from toilets will be a minimum of 100 millimeter diameter and slope a minimum of 1%.

• Lateral lines from the building to the sewer mains will slope at the minimum required slope for the diameter of pipe as per IBC 2006. Cleanouts will be provided at each building.

• All waste water lines shall have cleanouts in accordance with the International Plumbing Code and constructed to be serviced with a plumbing snake.

• Two industrial quality drain cleaning snakes shall be provided with the O&M materials.

• All piping and hardware to make the units functional shall be provided. A sanitary sprayer and hose assembly shall be provided at each toilet. Lower all toilets and slope floors to drain excess water into the toilets. Plastic toilet tanks shall not be permitted. Only ceramic or galvanized metal tanks shall be acceptable.

• All PVC piping shall be cleaned, primed, and glued or shall have mechanical joints. No slip on joints shall be allowed.

W917BK-09-R-0035 Page 89 of 151

01015 – P a g e | 28 Al Damook Police Station

• All traps and cleanouts on upper floors shall be ductile iron and shall use a mechanical joint to connect them to PVC piping. Traps and cleanouts on the ground floor that are PVC shall be encased in concrete.

9.10 Fuel Gas Piping: Fuel gas piping for a gas stove shall be installed as per the International Plumbing Code Appendix G. The gas piping shall run from the kitchen to a removable tank located on a concrete pad on the ground outside the building. The gas system shall NOT be installed with a gas tank inside the facility. 10.0 HVAC: In general, all buildings with consistent occupancy shall be provided with air conditioning, heating, and ventilation. The Contractor shall procure, fabricate, and install complete systems for ventilation, air conditioning, and heating. These systems shall be designed and installed in accordance with the International Mechanical Code.

10.1 Heating, Ventilation, and Air Conditioning General: Work shall include the installation of split units. The exterior part of split unit shall be wall or roof mounted and shall be shaded from the sun. The split units shall be rated to operate normally in the existing desert condition and rated at a minimum temperature of 45° C. Hallways shall not require HVAC. 10.1.1 Design Criteria: The Contractor shall provide and install an adequate number of air-conditioning units with electric heaters. The installed HVAC shall maintain an ambient temperature of 22° C or less in the cooling mode and at 24° C or more in the heating mode.

• HVAC Plan Exterior Design Conditions: Summer – 46° C Dry Bulb (DB) & 21° C Wet Bulb (WB) Winter – 0° C DB Daily Range – 30° C Extreme Wind: 80kph Prevailing Wind Direction: WNW, Mean Wind Speed: 2.7 meter per second.

• Indoor Design Condition (shall maintain): Summer – 22° C (72º F) dry bulb & 50% Relative Humidity Winter – 24° C (76º F) db.

10.1.1 Specific Requirements:

• Air conditioning of all areas shall be with a split unit as indicated on the drawings. Each unit shall have condensate drains that drain to the exterior waste or storm water drainage. The system shall have washable or disposable filters that are easy to access and change. Each unit shall be provided with a remote control (fresh batteries included).

• All exterior components shall be installed in an enclosed, protective and vandal proof steel cages (with a sunshade) mounted away from high traffic areas as appropriate.

W917BK-09-R-0035 Page 90 of 151

01015 – P a g e | 29 Al Damook Police Station

• Split system air conditioners shall consist of two complete packaged units consisting of a remote air-cooled condensing unit and matched evaporator blower unit. The evaporator unit shall include: cooling coil, refrigerant expansion device, heating coil, supply blower units, motors, controls, filters, condensate pan and drain.

• Building wall penetrations shall be carefully made so as not to deteriorate the structural integrity of the wall system.

• Control wiring and protection devices shall be the manufacturer’s standard, pre-wired, and installed at the factory. Operation of the control system shall be manufacturer’s standard configured for 220V/50Hz or 24V operation.

• All air conditioning units installed in jail cells shall be protected with a steel tamper proof cage.

10.2 Exhaust and Ventilation: 10.2.1 General: The Contractor shall procure and install new exhaust and ventilation systems. The Contractor shall be responsible for the complete system construction of all exhaust and ventilation systems. The work also includes delivery to the project site, erection, start-up, adjusting, testing and balancing, and commissioning of the ventilation equipment and associated mechanical works. All such tests shall be carried out in the presence of the Contracting Officer or his representative and the full written records of the tests and data with the final settings shall be submitted for acceptance. 10.2.2 Criteria:

• Ventilation and Exhaust Fans: All fans used for ventilation and pressurization shall be selected for required performance and for minimum noise level. Unit mounted supply and exhaust fans shall be centrifugal forward curved, backward inclined, or airfoil fans with non-overloading characteristics of high efficiency and quiet running plan. The fans shall be heavy-duty type with durable construction and proven performance in arid and dusty desert environment. Each exhaust fan shall be provided with gravity dampers and shall be complete with vibration isolators, external lubricators, accessories and controls necessary for specified sequence of operation.

• Latrine Areas:

• Exhaust ventilation at 37 CMH/m2 (2 CFM/Ft2) of floor area

• Or 85 CMH/Water Closet or Urinal.

• All bathrooms and kitchen shall have exhaust fans.

10.2.3 Specific Requirements:

• Install ceiling fans in all rooms at a minimum rate of 1 fan per 20 square meters of floor space, with vibration mounts or hook-type suspension. Rooms smaller than 25 square meters require only 1 fan. Hallways do not require fans.

W917BK-09-R-0035 Page 91 of 151

01015 – P a g e | 30 Al Damook Police Station

• To reduce sand and dirt migration, outside air intakes shall be located as high as possible within architectural constraints. The intakes shall be sized so that free air velocities are below 2.5 m/s (500 fpm).

• All fans used for ventilation and pressurization shall be selected for required performance and for minimum noise level. Unit mounted supply and exhaust fans shall be centrifugal forward curved, backward inclined, or airfoil fans with non-overloading characteristics of high efficiency and quiet running. The fans shall be heavy-duty type with durable construction and proven performance in arid and dusty desert environment. Each exhaust fan shall be provided with gravity dampers and shall be complete with vibration isolators, external lubricators, accessories and controls necessary for specified sequence of operation.

11.0 FUEL SYSTEMS: As an option, a fuel supply and distribution point shall be provided (Option 5). All fuel storage tanks shall be above ground gravity fed type, and they shall include a sight glass or dipstick measuring system and a mechanical meter and strapping charts. The Contractor shall supply and install all mechanical works as required to ensure a complete and functional facility.

• Each small pad-mount generator shall be provided with an above ground steel storage tank for diesel fuel. Associated piping, controls, etc., shall be provided. Fuel piping shall be fiberglass for underground piping and steel for piping located above ground. These tanks shall be complete with fill tube and cap, suction tube, tank gage, mechanical meter, vent, and other fittings and appurtenances required for full and safe operation. Tanks shall be provided with support saddles, platform/stair and concrete pad. The storage tank shall be sized to provide a minimum of 72 hours fuel storage based upon generator consumption at full load.

• The Fuel Point shall consist of an elevated (elevated 3 meters) 5000 liter horizontal steel tank with 110% containment using commercial double walled tanks or concrete dikes. This tank shall be complete with fill tube and cap, suction tube, tank gage, vent, and other fittings and appurtenances required for full and safe operation. The tank shall be provided with support saddles, platform/stair and concrete pad. Fuel shall be transferred from the tanks by gravity into individual vehicle tanks.

12.0 ELECTRI CAL: 12.1 General: The Contractor shall plan, supply and install all the electrical systems, electrical structures and electrical components for the facility. The Contractor shall provide calculations showing the adequacy of generators, transformers, switchgear, distribution panels, wiring, splices, terminations, connections, safety devices, and electrical components, approved and signed by a certified Electrical Engineer. The following are general requirements:

W917BK-09-R-0035 Page 92 of 151

01015 – P a g e | 31 Al Damook Police Station

• Electrical grommets shall be installed on all electrical outlets. Conduit terminations shall terminate within an electrical box with approved bushings. Bushings need to be installed prior to pulling wires and are required at all electrical box wire terminations.

• Waterproof switches shall be installed in and around hot water tanks. All switches and outlets in exterior or wet areas shall be waterproof (GFI protection is required). Protection shall be either GFI protected outlets or GFI breakers in the panel box. All conduits used in these wet areas shall be rated as weather tight. Wet areas include all exterior uses, bathrooms, and kitchen areas within 1.8 meters of sinks.

• A lighting plan shall be provided to be approved by the COR, based on minimal lighting considering the placement of lights on all facilities.

• Provide buildings and specifically water heaters with proper grounding

• Provide weather tight rigid metallic conduits on any exterior applications

12.2 Qualifications: The electrical systems shall be executed by an electrical specialist.

12.3 Interior Electrical: New and complete building electrical power and lighting system shall be installed to include but not limited to wiring, panels, breakers, switches, outlets, junction boxes, connectors, surface mounted EMT conduit, and fixtures.

• Complete the interior electrical system with commercial / institutional grade wiring and fixtures using National Electric Code (NEC) 2005. This shall include providing new wiring and installing switches, light fixtures with covers, lamps, ventilation fans, ceiling fans, air-conditioning w/electric heaters, water heaters, electrical outlets, breakers, and connection and isolation junction boxes for large electrical components, breaker panels and a main distribution panel as required for a complete functioning system.

• Building interior electrical lines shall be in surface mounted EMT conduits. Each cable shall be labeled as to source and load at both ends and each wire numbered at the terminal points with a permanent label or numbering system.

• Metal bodied fluorescent lights shall be mounted on the ceiling whenever possible or as indicated on the drawings throughout the project. Lighting levels shall meet the Illuminating Engineering Society of North America (IESNA) recommendations. At a minimum, each room requires lights and at least four (4) electrical outlets, one on each wall, with a maximum interval of 3.6 meter between receptacles. Walls that are 600 millimeters long or longer shall have receptacles installed at 3.6 meters maximum spacing.

• All lighting in latrines shall be mounted in waterproof fixtures.

• Lights located in the jail areas shall be installed in a protective tamper proof cage.

• Each large electrical component’s power supply, for example water heaters and air conditioning with electric heat shall be provided power through a dedicated breaker and

W917BK-09-R-0035 Page 93 of 151

01015 – P a g e | 32 Al Damook Police Station

have connection and isolation junction boxes located near each unit for easy isolation and maintenance.

• The electrical outlets shall be 220V/50Hz and shall have a multi plug interface. Outlets for specialized equipment shall be sized and selected to fit the individual piece of equipment to be installed.

• This completed system for each building or facility shall be connected to the commercial electrical power system (if available) through a main breaker in a main breaker panel. The main breaker panel shall be located for easy access. The Contractor shall be responsible for trenching and laying underground cable from the buildings or facility to the local electrical power system or generator (if local system is not available within 500 meters), with a minimum of 90 centimeter coverage.

12.4 Exterior and Perimeter Lights: The Contractor shall install a new outward oriented exterior and perimeter lighting system for the building. Lighting shall provide overlap illumination along the perimeter of buildings, illuminating outward to a distance of 100 meters.

• Provide 400W metal halide or mercury vapor security lighting to all building entries, exit ways, building perimeters (1 per corner), or roof.

• Perimeter and exterior lights shall be provided with their controls placed in the interior of the building on which they are mounted or a central location on the facility near the light.

• 400W metal halide or mercury vapor light shall be provided for the building exterior and perimeter security lighting system spaced every 25 meters, shall provide sufficient lighting in all areas commonly used at night, and shall be placed along the perimeter wall. Each perimeter wall corner shall have two security lights.

• Area lights mounted on building exteriors or structures shall be utilized instead of pole-mounted lighting wherever feasible. Corner security lights may be mounted on the guard towers.

• Exterior lights shall use a photocell system to turn exterior lights on/off according to daytime/nighttime conditions and have a manual switch located on the reception building interior.

12.5 Power Distribution:

• The Contractor shall install a new distribution system for each of the installations’ electrical power distribution.

• The Contractor shall provide the electrical power distribution system in accordance with the NEC 2005.

• The Contractor shall provide for the connection to the existing Iraqi National local sub-station, if a local network is located within 500 meters.

• The distribution system shall be connected to all facilities requiring electrical service.

W917BK-09-R-0035 Page 94 of 151

01015 – P a g e | 33 Al Damook Police Station

• Switches, distribution panels, transformers, and ring gears shall be installed for each location to facilitate proper electrical distribution to each of the buildings.

• Electrical cable shall be installed from the main distribution panel to the facilities main distribution panel.

12.6 Pow er Generation:

• The Contractor shall provide a complete electrical power generation system, which includes electrical distribution system, transformer, and diesel engine generator(s). The location will be at an adequate distance away to maintain noise levels below 85 dB/A at 10m from the power generation units. Plan shall include all diesel motor horsepower, generator ratings, fuel tanks and fittings, and electrical controls and instrumentation. The generation system shall support the entire facility. The fuel tank(s) with containment shall be sized to allow seven days of continuous operations.

• The generator shall have a minimum ambient temperature rating of 50 C° and a desert pack.

• If city power is available the Contractor shall install one 250 kVA transformer for the main power and a 250 kVA diesel generator for backup power along with a manual transfer switch. If city power is not available install two 250 kVA diesel generators.

• The Contractor’s plan shall provide for continuous power through an underground or aerial electrical distribution system complete with all required transformers (400V to 11Kv step-up, high voltage cable, with local step-down transformers low voltage cable), manholes, junction boxes, connectors, conductors, switches, fuses, and overloads.

• All generators located outdoors shall be provided with an integral weatherproof enclosure and located under a sunshade.

12.7 Grounding and Lightning Protection: The grounding system shall comply with NEC Article 250. All buildings, shall be fully grounded, include the PEB’s building frame and concrete rebar, water service, fuel system, and the power generation system to include the sunshades. Electrodes shall not be less than 2.5 meters in length and 16 square millimeters in diameter in accordance to NEC 2005 Article 250. The Contractor shall verify that the earth resistance is less than 25 ohms. The grounding ring shall be CAD welded to the building foundation. The copper wire shall not be less that 70 square millimeters and installed 1m out from building and 1 meter below finished grade.

The lightning protection system shall be installed according to NFPA 780. Air terminals shall be distributed to provide the required protection coverage to the building. The main conductor shall have a minimum cross section area of 29 square millimeters. The lightning system shall be bonded to the building’s ground ring through down conductors.

W917BK-09-R-0035 Page 95 of 151

01015 – P a g e | 34 Al Damook Police Station

13.0 COMMUNICATIONS: The Contractor shall provide a communications site infrastructure for telephone as an integral part of the infrastructure plan. The Contractor shall run surface mounted conduit or cable tray including the cable that is approved in size and material by the COR. The Contractor shall supply and install communications outlets as shown on the approved drawings.

a. Telephone cabling shall be copper unshielded twisted pair (UTP) phone lines. b. Faceplate terminations shall utilize RJ11 receptacles. c. Installed communication racks shall utilize punch-downs. d. All cables shall be individually identified by sight. e. All outlets and panels shall be labeled accordingly.

14.0 TESTI NG AND COMMISSIONING: After completion, the Contractor shall demonstrate that all systems and components operate fully to satisfy the function for which these components and systems have been designed and installed. The Contractor shall test, adjust, balance and regulate the systems and their controls as necessary until the required conditions are met. The Contractor shall perform tests for interlocks, safety cutouts and other protective devices to ensure safe operation. Any faulty, non-operational systems or components shall be removed and replaced at the Contractor’s own expense. All replacements shall be tested and verified to be fully operational. These systems include, but are not limited to, the following:

• Building Electrical System: All electrical components and systems shall be operational and verified in the manner for which they were designed and installed. All electrical outlets shall be tested for the proper voltage, polarity, and grounding.

• Communication Systems: All communication components and systems shall be operational and shall be verified in the manner for which they were designed and installed.

• Building Openings: All doors, windows, vent ducting and other exterior openings shall be tested for proper operation and weather tightness.

• HVAC System: Heating, ventilation, and air conditioning system and equipment and components shall be tested, commissioned, and verified to be fully operational prior to final acceptance. All components and systems shall be operated in the manner for which they were designed and installed. This shall include verification of maintaining temperature as specified in the requirements.

• Electrical Generation and Distribution - all components and systems shall be operated and verified operational in the manner for which they were designed and installed. Any faulty, non-operational components shall be removed and replaced with fully operational units and components. Any component or system that controls or operates generators and electrical distribution to include interlocks, safety cutouts and other protective devices shall be set to operating parameters, tested and operated in all modes of operation.

W917BK-09-R-0035 Page 96 of 151

01015 – P a g e | 35 Al Damook Police Station

• Exterior Lighting – All exterior light fixtures and electrical components shall be inspected for proper installation and operation. All components and systems shall be tested and verified to be fully operational in the manner for which they were designed and installed. Any components that fail inspection due to any deficiencies shall be removed and replaced with fully operational replacements, which shall be tested and verified to be in good order prior to final acceptance.

• Plumbing and Piping System: All potable water pipe system shall be fully flushed and sanitized prior to final acceptance. The pipes shall be pressure tested to ensure no leaks or cracks are present. All tests shall be performed and any required repairs shall be made prior to backfilling.

All tests shall be carried out in the presence of the Contracting Officer or its representative and full written records of the test data and final settings shall be submitted to the Contracting Officer.

W917BK-09-R-0035 Page 97 of 151

01100 - P a g e | 1 Al Damook Police Station

SECTION 01100 GENERAL REQUIREMENTS

1. GENERAL

1.1 Definitions Unless stated otherwise, the term “Contracting Officer” in these documents refers to the Contracting Officer or Administrative Contracting Officer (ACO). The term “Contracting Officer’s Representative” (COR) refers to the Contracting Officer, Administrative Contracting Officer, or other specifically designated representative. Designation of an ACO or COR will be made in writing by the Contracting Officer and a copy of the designation provided by the ACO or COR to the contractor, who shall keep a copy with their files. As noted in the Contracting Officer Representative (COR) designation letter, a COR may NOT modify the contract terms or conditions; this authority is reserved solely for the Contracting Officer or Administrative Contracting Officer. 1.2 Required Submittals Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with Section 01330 “SUBMITTAL PROCEDURES”: SD – 01 Preconstruction Submittal Proof of Defense Base Act (DBA) Insurance – Prior to Notice to Proceed

Security Plan (G) – 15 days after contract Award Accident Prevention Plan (G) – 15 days after contract Award Quality Control Plan (G) – 15 days after contract Award Work Schedule (G) – 15 days after Notice-to-Proceed Schedule of Values (G) – 10 days after Notice-to-Proceed List of proposed subcontractors – 15 days after Notice-to-Proceed SD – 05 Design Data

Geotechnical report – 30 days after Notice-to-Proceed Master Plans – 30 days after Notice-to-Proceed 99% Design – 30 days after Notice-to-Proceed 100% Designs – 45 days after Notice-to-Proceed As-Built Drawings – 30 days prior to project turnover

SD – 10 Operation and Maintenance Data

Commissioning Tests and Procedures (G) – 4 weeks prior to commissioning O&M Manuals – 4 weeks prior to commissioning

1.3 Site Visit

W917BK-09-R-0035 Page 98 of 151

01100 - P a g e | 2 Al Damook Police Station

The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost as per SPECIAL CONTRACT REQUIREMENT 52.236-3 “SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK”. NOTE: SPECIAL INSTRUCTIONS The Contractor is responsible to provide a complete and useable product upon the conclusion of construction in compliance with the scope of work and all applicable codes and specifications. 2. GENERAL REQUIREMENTS 2.1 General The Contractor shall provide all necessary tests, surveys, designs, materials, labor and any necessary construction equipment or materials as needed to complete the project. The work shall include, but not be limited to, all necessary clearing, grubbing, excavation, backfilling, construction, electrical, plumbing, fence work, and site restoration as required. 2.2 Labor At a minimum, 60% of the workers hired by the Contractor to accomplish this project shall come from the local community closest to the project area, unless skilled workers are needed and are unavailable from that community. 2.3 Coordination and Permits

a) The Contractor shall obtain all necessary permits from appropriate authorities as per SPECIAL CONTRACT REQUIREMENT 52.236-7 “PERMITS AND RESPONSIBILITIES”.

b) The Contractor shall coordinate all construction activities, including but not limited to local municipality regulations or requirements, storage, lay down, or other areas requiring space occupancy within existing structures or on-site, with the Contracting Officers Representative (COR), local authorities, and local operations staff as appropriate.

c) The COR shall be informed at least three (3) days in advance of the following activities: • Meetings with local municipality or Ministry personnel • Site mobilization • All significant site work • Delivery or installation of any equipment or materials • Removal of existing mechanical and/or electrical systems or equipment from service • Cut and cover operations • Placement of concrete or asphalt

2.4 Management Personnel The Prime Contractor shall staff the project, full-time, with the minimum staff to include a Project Manager, a Design Manager, a Construction Manager, a Quality Control Manager, a Health and Safety Officer, and a Security Manager, all of which shall be present onsite (Exception for the Design Manager) until project completion. These individuals shall keep a detailed photographic and

W917BK-09-R-0035 Page 99 of 151

01100 - P a g e | 3 Al Damook Police Station

written history of the project and shall prepare and submit weekly and monthly updates to the COR. Movement of materials, workers etc. shall be the Contractor’s responsibility. Onsite security shall be provided by the Contractor. 2.5 Design The Contractor shall have 45 days to complete the 100% “approved for construction” design per Section 1012 “DESIGN AFTER AWARD”. 99% final and 100% “approved for construction” design drawings, analysis, and specifications are required to be submitted to the COR. Plans shall include but not be limited to, all drawings deemed necessary to construct or repair a complete project. Engineering shall include coordination with the appropriate Ministries or Municipal authorities for local regulations or requirements. Engineering, technical information for the equipment and materials and preparation of plans shall be reviewed and approved by COR. See SPECIAL CONTRACT REQUIREMENT 52.236-21 “SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION”. The Government shall have unlimited rights, in all drawings, designs, specifications, notes and other works developed in the performance of this contract, including the right to use same on any other Government design or construction without additional compensation to the Contractor. The Contractor hereby grants to the Government a paid-up license throughout the world to all such works to which he may assert or establish any claim under design patent or copyright laws. The Contractor for a period of three (3) years after completion of the project agrees to furnish the original or copies of all such works on the request of the Contracting Officer. All designs, drawings, specifications, notes and other works developed in the performance of this contract shall become the sole property of the Government and may be used on any other design or construction without additional compensation to the Contractor. The Government shall be considered the “person for whom the work was prepared” for the purpose of authorship in any copyrightable work under 17 U.S.C. 201(b). With respect thereto, the Contractor agrees not to assert or authorize others to assert any rights nor establish any claim under the design patent or copyright laws. The Contractor for a period of three (3) years after completion of the project agrees to furnish all retained works on the request of the Contracting Officer. Unless otherwise provided in this contract, the Contractor shall have the right to retain copies of all works beyond such period. 2.6 Security The Contractor shall be responsible for physical security of all construction materials, supplies, and equipment of every description (including property which may be Government furnished or owned) provided and/or utilized in the execution of this contract.

a) The Contractor is solely responsible for security of the site including personnel, property, tools, equipment, and buildings, until the project has been completed, commissioned, and turned over to the appropriate Iraqi officials.

b) The Contractor shall submit a Security Plan within 15 days after contract Award. The Security Plan shall include the following: • Name and qualifications of Security Manager

W917BK-09-R-0035 Page 100 of 151

01100 - P a g e | 4 Al Damook Police Station

• Outline security measures to be taken to ensure security of personnel, site, property and equipment.

c) The Contractor Security Manager shall report all critical incidents to the COR. Critical incidents include any enemy or criminal action against the contractor or contractor personnel that could delay the project or cause workers to leave the site.

d) Contractor’s personnel shall assure that all equipment is de-energized and stored in designated storage areas together with supplies upon completion of work. When buildings are unoccupied, lights, water outlets and blowers shall be turned off and windows closed and locked on a floor-to-floor basis as work progresses, followed by locking of all exterior doors upon completion of work. Keys to buildings shall be deposited with the pertinent installation or building duty officer. The Contractor shall be responsible for any losses or damages arising from their failure to secure buildings during and after working hours.

e) The Contractor shall be responsible in the event of theft by their personnel of Government property or personal property of Government personnel, civilian or military. All lost or misplaced articles found by their employees shall be turned in to the COR.

2.7 Safety and Health

a) The Contractor is responsible for maintaining a safe job site during construction, per SPECIAL CONTRACT REQUIREMENT 52.236-13 “ACCIDENT PREVENTION”.

b) The contractor shall submit an Accident Prevention Plan within 15 days after contract award. The Accident Prevention Plan shall include the following: • Names and qualifications of Contractor’s safety officer(s) • Outline safety precautions implemented as necessary on the project • The Accident Prevention Plan shall conform to the U.S. Army Corps of Engineers Safety

and Health Requirements Manual, EM 385-1-1 Appendix A. c) A copy of the EM 385-1-1 is available at:

http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx

2.8 Quality Control

a) The Contractor shall maintain an adequate inspection system and perform such inspections as will ensure that the work performed under the contract conforms to contract requirements, as per SPECIAL CONTRACT REQUIREMENT 52.246-12 “INSPECTION OF CONSTRUCTION”.

b) The contractor shall submit the following progress and construction inspection reports: • Daily Site Work report, including work performed, number of workers on site, managers

and supervisors on site, weather, materials procured and received, problems encountered, accidents, photographs, construction inspection reports, testing and inspection reports, and other items as directed by the COR.

c) The Contractor shall submit a CQC Plan within 15 days after contract award. The plan shall identify personnel responsible for Quality Control, procedures, proposed Daily Quality Control report form, and a list of tests.

2.9 Codes and Standards

W917BK-09-R-0035 Page 101 of 151

01100 - P a g e | 5 Al Damook Police Station

In the absence of any project specific codes and standards referenced in the Scope of Work, the following specifications appropriate to each work activity shall apply. Where there are code conflicts, the more stringent code shall apply.

• Iraqi Material Specification and Construction (2004) • International Code Council codes (ICC) (2006) • Technical Specifications for Sanitary Works (2002) • ACI 318 Specifications for Concrete (2005) • Iraqi Minister of Electricity Standards • NFPA Life Safety Codes (2005) • American Society of Mechanical Engineers (ASME) • American Standards for Testing and Materials (ASTM) • ASHRAE Standard 62 – Indoor Air Quality • Iraqi General Technical Specifications (IGTS) (2002) • Sheet Metal and Air-conditioning Contractor’s National Association (SMACNA) • Underwriter’s Laboratories (UL) • American Institute for Steel Construction (AISC) • Illuminating Engineering Society (IESNA)

2.10 Materials All equipment and material incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in the contract, as per SPECIAL CONTRACT REQUIREMENT 52.236-5 “MATERIALS AND WORKMANSHIP”. 2.11 Schedule The Contractor shall submit a work schedule to the COR for approval within 15 days after the Notice to Proceed, as per SPECIAL CONTRACT REQUIREMENT 52.236-15 “SCHEDULES FOR CONSTRUCTION CONTRACTS”. 2.12 Commissioning

a) A complete set of commissioning procedures and test sheets shall be submitted to the COR for approval at least four (4) weeks prior to commissioning. All testing equipment shall be fit for use and calibrated.

b) All original calibration sheets shall be available for inspection upon request. c) Testing and commissioning shall include all labor, materials, tools, testing devices,

engineering support in order to support a complete in service transfer of the utilities to the local system according to the appropriate Ministry standards, including any acceptance tests performed by the appropriate Ministry prior to turn-over.

2.13 Submittals The Contractor shall prepare and submit contract submittals to the COR for approval. A construction Submittal register shall be delivered to the COR containing a schedule and a list of applicable submittals.

W917BK-09-R-0035 Page 102 of 151

01100 - P a g e | 6 Al Damook Police Station

2.14 As Built Drawings The Contractor shall submit 6 hard copies and 6 copies on CD/DVD of all As Built technical information and drawings within 30 days of project turnover.

2.15 Operations and Maintenance The Contractor shall submit two (2) Operations and Maintenance (O&M) manuals in English to the COR for review and acceptance at least four weeks prior to the commissioning. The O&M manual shall include standard operations procedures (SOPs) for all equipment and systems, and standard maintenance procedures (SMPs) and recommended spare parts lists for all equipment. 2.16 Schedule of Values The Contractor shall provide a Schedule of Values within 10 days following NTP for approval by the COR. The Schedule of Values is used as the basis for preparing applications for payments and shall be submitted with each request for progress payment to satisfy the requirement per SPECIAL CONTRACT REQUIREMENT 52.232-5 “PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS”, Paragraph (b)(1)(i). The Schedule of Values is a breakdown of each contract bid item establishing the value of each part of the Work. 2.17 Proposed Subcontractors The Prime Contractor shall be required to complete 51% of the required construction. The Contractor shall provide a full list of proposed Sub Contractors and the tasks that they shall complete for the project within 15 days of the Notice-to-Proceed.

W917BK-09-R-0035 Page 103 of 151

01112-P a g e | 1 Al Damook Police Station

SECTION 01112 DESIGN AFTER AWARD

1. GENERAL 1.1 DESIGN SUBMITTALS Contractor Furnished design submittals are the various design documents which primarily consist of specifications, drawings and design analysis and calculations. The Contractor shall not begin construction work until the Government has reviewed the Contractor's final design and has cleared it for construction. Clearance for construction shall not be construed as meaning Government approval. Unless otherwise indicated, the risk for the design is the sole responsibility of the Contractor. 1.2 CONSTRUCTION SUBMITTALS 1.2.1 Contractor Furnished Government Approved Construction Submittals Government approved construction submittals are primarily related to plans (Contractor Quality Control, Accident Prevention, Resident Management System, Area Use, etc.) schedules (Project Schedule/Network Analysis), and certificates of compliance. They may also include proposed variations to approved design documents. 1.3 UNITS OF MEASUREMENT Design documents shall be prepared using the metric system. 1.3.1 Drawings All site layout data shall be dimensioned in meters or coordinates, as appropriate. All details and pipe sizes shall be dimensioned in millimeters. 1.3.2 Design Calculations The design analysis calculations shall be in metric. Quantities shown on the drawings shall be stated in units to match the design analysis. 1.4 BUILDI NG CODES: The Contractor shall adhere to the 2006 International Code Council Codes (ICC). The International Code Council codes include the International Building, Mechanical, Electrical, Plumbing, and Fire Codes. Exceptions must be requested and approved by the Contracting Officer (CO) or the Contracting Officer Representative (COR). The following is a list of applicable codes. Where there are code conflicts, the more stringent code shall apply.

END OF SECTION 1

W917BK-09-R-0035 Page 104 of 151

01112-P a g e | 2 Al Damook Police Station

2. PRODUCTS 2.1 General The following are contract deliverables which expound upon and finalize the design parameters/requirements outlined within the contract documents. They shall be prepared in such a fashion that the Prime Contractor is responsible to the Government and not as an internal document between the Prime Contractor and its Subcontractors, Vendors, Suppliers, etc. 2.2 Design Analysis A design analysis shall be submitted for review by the Government. The design analysis is a written explanation of the project design which is expanded and revised (updated) as the design progresses. The design analysis shall contain all explanatory material giving the design rationale for any design decisions which would not be obvious to an engineer reviewing the final drawings and specifications. The design analysis contains the criteria for and the history of the project design, including criteria furnished by the Government, letters, codes, references, conference minutes, and pertinent research. Design calculations, computerized and manual, are included in the design analysis. Narrative descriptions of design solutions are also included. Written material may be illustrated by diagrams and sketches to convey design concepts. Catalog cuts and manufacturer's data for all equipment items, shall be submitted. Copies of all previous design phase review comments and the actions assigned to them shall be included with each submission of the design analysis. Specific requirements for the design analysis, listed by submittal phase, are contained hereinafter. 2.3 Design Calculations When they are voluminous, they shall be bound separately from the narrative part of the design analysis. The design calculations shall be presented in a clean and legible form incorporating a title page and index for each volume. A table of contents, which shall be an index of the indices, shall be furnished when there is more than one volume. The source of loading conditions, supplementary sketches, graphs, formulae, and references shall be identified. Assumptions and conclusions shall be explained. Calculation sheets shall carry the names or initials of the computer and the checker and the dates of calculations and checking. No portion of the calculations shall be computed and checked by the same person. 2.3.1 Computer Aided Calculations (ADPS) When computer programs are used to perform design calculations, the design analysis shall include descriptions of the computer programs used and copies of the input data and output summaries. When the computer output is large, it may be divided into volumes at logical division points. 2.3.1.2 Preparation of the Description A written description of the calculations shall include the following:

a. Explain the design method, including assumptions, theories and formulae.

W917BK-09-R-0035 Page 105 of 151

01112-P a g e | 3 Al Damook Police Station

b. State all design values and the Code and Section from which they were obtained (e.g., Live Loads from the 2006 International Building Code Section 1607).

c. Include applicable diagrams, adequately identified. d. Provide all necessary explanations of the computer symbols and

abbreviations. e. Provide sufficient information to permit manual checks of the results.

2.4 Drawings The working drawings shall be adequately labeled and cross-referenced for review. Complete, thoroughly checked and coordinated contract drawings shall be submitted. The contract drawings submitted for final review shall include the drawings previously submitted which have been revised and completed as necessary. The Contractor shall have incorporated any design review comments generated by previous design review(s), have completed all of his constructability and coordination checks, and have the drawings in a Ready-to-Build condition. The drawings shall be complete at this time and contain all the details necessary to ensure a clear understanding of the work throughout construction. All plans shall be sorted by discipline and marked as follows:

T = Title sheet, drawing index, etc. C = Civil S = Structural E = Electrical CE = Civil Utilities (outside)

2.4.1 Drawing Scales The scales indicated on the following list shall, in general, be used for all drawings. The Contractor may, at its option, make exceptions to scales indicated, if approved in writing by the Contracting Officer.

a. Site, Grading and Utility Plans - 1:200 to 1:250 b. Key Plans as large as practical, 1:50 @ concept; 1:20 at final c. Cross Sections - 1:5 d. Details - As required for clarity

2.4.2 Legends For each submittal, legends of symbols and lists of abbreviations shall be placed on the drawings. They shall include all of the symbols and abbreviations used in the drawing set, but shall exclude any symbols and abbreviations not used. Since many symbols are limited to certain design disciplines, there is a definite advantage to the use of separate legends on the initial sheet of each design discipline or in the Standard Details package for each discipline. If legends have not been shown by discipline, a legend shall be placed on the first drawing. 2.4.3 Revisions Drawing revisions shall be prepared only on the original CADD files. A revision area is required on all sheets. END OF SECTION 2

W917BK-09-R-0035 Page 106 of 151

01112-P a g e | 4 Al Damook Police Station

3. EXECUTION 3.1 GENERAL 3.1.1 Government Design Changes Government design changes which do not increase construction costs shall be made at no charge to the Government. The Contracting Officer may request design submittals in addition to those listed when deemed necessary to adequately describe the work covered in the contract documents. Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. 3.2 SCHEDULING 3.2.1 Design Submittals Adequate time shall be allowed for review and clearance for construction. If the Contractor fails to submit design submittals in a timely fashion, or repetitively submits design submittals that are not in strict conformance with the contract documents, no part of the time lost due to such actions shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 3.3 REVIEW OF CONTRACTOR PREPARED DESIGN DOCUMENTS 3.3.1 General The work under contract will be subject to continuous review by representatives of the Contracting Officer. Additionally, joint design review conferences with representation by all organizations having a direct interest in the items under review may be held. The Contractor shall furnish copies of all drawings and related documents to be reviewed at the review conference on or before the date indicated by the Government. Additional conferences pertaining to specific problems may be requested by the Contractor or may be directed by the Contracting Officer as necessary to progress the work. The Contractor shall prepare minutes of all conferences and shall furnish two copies to the Contracting Officer within seven (7) days after the conference. 3.3.2 Contractor’s Quality Control Organization Review This review shall be for the purposes of eliminating errors, interferences, and inconsistencies, and of incorporating design criteria, review comments, specifications, and any additional information required. Design submittals submitted to the Contracting officer without evidence of the Contractor's certified approval will be returned for resubmission. No part of the time lost due to such resubmissions shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. 3.3.3 Government Review The Contractor shall not begin construction work until the Government has reviewed the contractor's design and has cleared it for construction. Clearance for construction does not mean Government approval. Government review shall not be construed as a complete check but will indicate only that the general design approach and adherence to

W917BK-09-R-0035 Page 107 of 151

01112-P a g e | 5 Al Damook Police Station

contract parameters. The Government Review is often limited in time and scope. Therefore, the Contractor shall not consider any review performed by the Government as an excuse for incomplete work. Upon completion of the review, all comments will be forwarded to the Contractor. The Contracting Officer will indicate whether the design submittal has or has not been cleared for construction. Design submittals cleared for construction by the Contracting Officer shall not relieve the Contractor from responsibility for any design errors or omissions and any liability associated with such errors, nor from responsibility for complying with the requirements of this contract. 3.3.3.1 Incorporation of Government Review Comments The Contractor will be furnished comments from the design section of the Corps of Engineers, Gulf Region South, as well as from other concerned agencies involved in the review process. The review will be for conformance with the technical requirements and parameters of the contract documents. The Contractor shall either incorporate each comment or, if the Contractor disagrees technically and does not intend to comply with the comment(s), the contractor shall clearly outline, with ample justification, its reasons for its noncompliance within five (5) days after receipt of the comment(s). Additionally, the Contractor is cautioned in that if it believes the action required by any comment exceeds the requirements of this contract, that he should take no action and notify the Contracting Officer in writing immediately. The disposition of all comments shall be furnished in writing with the next scheduled submittal. The review comments and the submittal material for each design review will become the basis for any ensuing design work. Copies of the design review comments with the action taken on each comment noted shall be bound in all succeeding volumes of the design analysis. 3.3.3.2 Conferences As necessary, conferences will be conducted between the Contractor and the Government to resolve review comments. 3.3.3.3 Design Deficiencies Design deficiencies noted by the Government shall be corrected prior to the start of design for subsequent features of work which may be affected by or need to build upon, the deficient design work. 3.3.3.4 Government Review Period Adequate time (14 days) shall be allowed for Government review and comment on each design submittal. Upon completion of the review, all comments will be forwarded to the Contractor and/or clearance for construction will be provided the Contractor. 3.4 DESIGN DISCREPANCIES The Contractor shall be responsible for the correction of incomplete design data, omissions, and design discrepancies which become apparent during construction. The Contractor shall provide the Contracting Officer with a proposed recommendation for correcting a design error, within three (3) calendar days after notification by the Contracting Officer. The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt of such notice. Such notice, when delivered to the

W917BK-09-R-0035 Page 108 of 151

01112-P a g e | 6 Al Damook Police Station

Contractor at the worksite, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. Should extensions of design, fabrication plans and/or specific manufacturer's details be required as a result of a Government issued Change Order, the Government will make an equitable adjustment in accordance with the SPECIAL CONTRACT REQUIREMENT 52.243-4 “CHANGES”. 3.5 DESIGN STAGES The Contractor shall be provided with a 90% complete set of design drawings and shall complete the design of the facility to meet the full requirements of the Scope of Work. The final design package shall consist of a design analysis with a geotechnical survey of the project site verifying the validity of the foundation design, a complete set of construction drawings, and a set of material specifications. The designs shall be submitted in phases 99%, 100% Final, and As-Builts.

3.5.1 Final Design Review Submittal (99%) The review of this submittal is to insure that the design has been completed in accordance with the SOW. The only effort remaining between the FINAL DESIGN REVIEW SUBMITTAL and the "CLEARED FOR CONSTRUCTION" DESIGN REVIEW SUBMITTAL is the incorporation of the Government Review Comments. The Contractor shall submit the following documents for Final review:

a. Design Analysis. The Design Analysis shall contain all explanatory material giving the design rationale for any design decisions which would not be obvious to an engineer reviewing the final drawings and specifications. The geotechnical report shall be included in the design analysis.

b. 99% Complete Construction Specifications. The specifications on all items of work submitted for Final Review shall consist of marked-up proprietary specifications.

c. 99% Complete Construction Drawings. The Contract Drawings submitted for Final Review shall include the drawings previously submitted which have been revised and completed as necessary. The Contractor is expected to have completed all of his coordination checks and have the drawings in a design complete condition. The drawings shall be finalized at this time including the incorporation of any design review comments generated by the Preliminary design review. The drawings shall contain all the details necessary to assure a clear understanding of the work throughout construction.

3.5.2 "Cleared for Construction" Design Review Submittal (100%) After the FINAL DESIGN REVIEW SUBMITTAL review, the Contractor shall revise the Contract Documents by incorporating any comments generated during the FINAL DESIGN REVIEW SUBMITTAL and shall prepare final hard copy Construction Specifications. The Contractor shall submit the following documents for the design complete submittal:

a. Design Analysis

W917BK-09-R-0035 Page 109 of 151

01112-P a g e | 7 Al Damook Police Station

b. Construction Specifications

c. Construction Drawings

d. The Government's FINAL (99%) DESIGN REVIEW SUBMITTAL comments with the Contractor's annotation to each comment.

Once the design documents have been "Cleared for Construction" by the Contracting Officer, the Contractor shall clearly identify each document by annotating it as "Cleared for Construction." 3.5.3 Design Submittals not in compliance with the contract documents The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in its design analysis, specifications, and drawings, and promptly furnish a corrected submittal in the form and number of copies as specified for the initial submittal. No part of the time lost due to such resubmissions shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor. If the Contractor considers any correction indicated on the submittals to constitute a change to the contract, a written notice shall be given promptly to the Contracting Officer. The Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all design specifications, drawings, and other services furnished under this contract. Work must be organized in a manner that will assure thorough coordination between various details on drawings, between the various sections of the specifications, and between the drawings and specifications. The Contractor shall thoroughly cross-check and coordinate all work until he is professionally satisfied that no conflicts exist, vital information has not been omitted, and that indefinite language open to interpretation has been resolved. The Contractor shall provide all appropriate design drawings, shop drawings, calculations, material samples, manufacturer’s data, etc. for all submittal items, before the beginning of any work other than demolition, design, and site preparation. END OF SECTION 3

W917BK-09-R-0035 Page 110 of 151

01312 - P a g e | 1 Al Damook Police Station

SECTION 01312 QUALITY CONTROL SYSTEM (QCS)

PART 1: GENERAL

1.1 GENERAL

The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit information throughout the contract period. The Contractor module, user manuals, updates, and training information can be downloaded from the RMS web site: the Contractor can obtain the current address from the Government. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas:

Administration Finances Quality Control Submittal Monitoring Scheduling Import/Export of Data

1.1.1 Correspondence and Electronic Communications

For ease and speed of communications, both Government and Contractor will, to the maximum extent feasible, exchange correspondence and other documents in electronic format. Correspondence, pay requests and other documents comprising the official contract record shall also be provided in paper format, with signatures and dates where necessary. Paper documents will govern, in the event of discrepancy with the electronic version.

1.1.2 Other Factors

Particular attention is directed to specifications Section 01330 “SUBMITTAL PROCEDURES”, Section 01451 “CONTRACTOR QUALITY CONTROL”, and the SPECIAL CONTRACT REQUIREMENT 52.232-5 “PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS”, which have a direct relationship to the reporting to be accomplished through QCS. Also, there is no separate payment for establishing and maintaining the QCS database; all costs associated therewith shall be included in the contract pricing for the work.

1.2 QCS SOFTWARE

QCS is a Windows-based program that can be run on a stand-alone personal computer or on a

W917BK-09-R-0035 Page 111 of 151

01312 - P a g e | 2 Al Damook Police Station

network. Prior to the Pre-Construction Conference, the Contractor shall be responsible to download, install and use the latest version of the QCS software from the Government's RMS Internet Website. Any program updates of QCS will be made available to the Contractor via the Government RMS Website as they become available. It shall be the responsibility of the contractor to maintain the QCS software and install updates as they become available.

1.3 SYSTEM REQUIREMENTS

The following listed hardware and software is the minimum system configuration that the Contractor shall have to run QCS. No separate payment shall be made for updating or maintaining the necessary hardware configurations necessary to run QCS:

Hardware:

IBM-compatible PC with 1000 MHz Pentium or higher processor 256+ MB RAM for workstation / 512+ MB RAM for server 1 GB hard drive disk space for sole use by the QCS system Digital Video Disk (DVD)-Compact Disk (CD) Reader-Writer (RW/ROM) Monitor with a resolution of AT LEAST 1024x768, 16bit colors Mouse or other pointing device Windows compatible printer. (Laser printer must have 4 MB+ of RAM) Connection to the Internet, minimum 56k BPS

Software:

MS Windows 2000 or higher QAS-Word Processing software: MS Word 2000 or newer Internet browser supporting HTML 4.0 or higher Electronic mail (E-mail) MAPI compatible Virus protection software regularly upgraded with all issued manufacturer's updates

1.4 RELATED INFORMATION

1.4.1 QCS User Guide

After contract award, the Contractor shall download instructions for the installation and use of QCS from the Government RMS Internet Website; the Contractor can obtain the current address from the Government. In case of justifiable difficulties, the Government will provide the Contractor with a CD-ROM containing these instructions.

1.4.2 Contractor Quality Control (CQC) Training

The use of QCS will be discussed with the Contractor's QC System Manager during the mandatory CQC Training class. The government will provide QCS training if requested by the

W917BK-09-R-0035 Page 112 of 151

01312 - P a g e | 3 Al Damook Police Station

contractor.

1.5 CONTRACT DATABASE

Prior to the pre-construction conference, the Government shall provide the Contractor with basic contract award data to use for QCS. The Government will provide data updates to the Contractor as needed, generally by files attached to E-mail or via CD-ROM. These updates will generally consist of submittal reviews, correspondence status, QA comments, and other administrative and QA data.

1.6 DATABASE MAINTENANCE

The Contractor shall establish, maintain, and update data for the contract in the QCS database throughout the duration of the contract. Data updates to the Government shall be submitted via either E-mail or electronic media with printed/file attachments (e.g., daily reports, schedule updates, payment requests) if permitted by the Contracting Officer. The QCS database typically shall include current data on the following items:

1.6.1 Administration

1.6.1.1 Contractor Information

The database shall contain the Contractor's name, address, telephone numbers, management staff, and other required items. Within 14 calendar days of receipt of QCS software from the Government, the Contractor shall deliver Contractor administrative data in electronic format via E-mail.

1.6.1.2 Subcontractor Information

The database shall contain the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor must be listed separately for each trade to be performed. Each subcontractor/trade shall be assigned a unique Responsibility Code, provided in QCS. Within 14 calendar days of receipt of QCS software from the Government, the Contractor shall deliver subcontractor administrative data in electronic format via E-mail.

1.6.1.3 Correspondence

All Contractor correspondence to the Government shall be identified with a serial number. Correspondence initiated by the Contractor's site office shall be prefixed with "S". Letters initiated by the Contractor's home (main) office shall be prefixed with "H". Letters shall be numbered starting from 0001. (e.g., H-0001, or S-0001). The Government's letters to the Contractor will be prefixed with "C".

W917BK-09-R-0035 Page 113 of 151

01312 - P a g e | 4 Al Damook Police Station

1.6.1.4 Equipment

The Contractor's QCS database shall contain a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

1.6.1.5 Management Reporting

QCS includes a number of reports that Contractor management can use to track the status of the project. The value of these reports is reflective of the quality of the data input, and is maintained in the various sections of QCS. Among these reports are progress payment request worksheets, QA/QC comments, Submittal Register Status, and Three-Phase Inspection checklists.

1.6.2 Finances

1.6.2.1 Pay Activity Data

The QCS database shall include a list of pay activities that the Contractor shall develop in conjunction with the construction schedule. The sum of all pay activities shall be equal to the total contract amount, including modifications. Pay activities shall be grouped by Contract Line Item Number (CLIN), and the sum of the activities shall equal the amount of each CLIN. The total of all CLINs equals the Contract Amount.

1.6.2.2 Payment Requests

All progress payment requests shall be prepared using QCS. The Contractor shall complete the payment request worksheet and include it with the payment request. The work completed under the contract, measured as percent or as specific quantities, shall be updated at least monthly. After the update, the Contractor shall generate a payment request report using QCS. A signed paper copy of the approved payment request is also required, which shall govern in the event of discrepancy with the electronic version (see paragraph 1.1.1).

1.6.3 Quality Control (QC)

QCS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document progress of work, and support other contractor QC requirements. The Contractor shall maintain this data on a daily basis. Entered data will automatically output to the QCS generated daily report..

1.6.3.1 Daily Contractor Quality Control (CQC) Reports.

QCS includes the means to produce the Daily CQC Report. The Daily CQC Report generated by QCS shall be the Contractor's official report. Data from any supplemental reports by the Contractor shall be summarized and consolidated onto the QCS-generated Daily CQC Report. Daily CQC Reports shall be submitted as required by Section 01451 “CONTRACTOR QUALITY CONTROL”.

W917BK-09-R-0035 Page 114 of 151

01312 - P a g e | 5 Al Damook Police Station

1.6.3.2 Deficiency Tracking.

The Contractor shall use QCS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using QC punch list items. The Contractor shall maintain a current log of its QC punch list items in the QCS database. The Government will log the deficiencies it has identified using its QA punch list items. The Government's QA punch list items will be included in its export file to the Contractor. The Contractor shall regularly update the correction status of both QC and QA punch list items.

1.6.3.3 Three-Phase Control Meetings

The Contractor shall maintain scheduled and actual dates and times of preparatory and initial control meetings in QCS.

1.6.3.4 Accident/Safety Tracking.

The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be included in its export file to the Contractor. The Contractor shall regularly update the correction status of the safety comments. In addition, the Contractor shall utilize QCS to advise the Government of any accidents occurring on the jobsite. This brief supplemental entry is not to be considered as a substitute for completion of mandatory reports.

1.6.3.5 Features of Work

The Contractor shall include a complete list of the features of work in the QCS database. A feature of work may be associated with multiple pay activities. However, each pay activity (see subparagraph "Pay Activity Data" of paragraph "Finances") will only be linked to a single feature of work.

1.6.3.6 QC Requirements

The Contractor shall develop and maintain a complete list of QC testing, transferred and installed property, and user training requirements in QCS. The Contractor shall update all data on these QC requirements as work progresses, and shall promptly provide this information to the Government via QCS.

1.6.4 Submittal Management

The Contractor shall maintain a complete list of all submittals, including completion of all data columns. Dates on which submittals are received and returned by the Government will be included in its export file to the Contractor. The Contractor shall use QCS to track and transmit all submittals. ENG Form 4025, submittal transmittal form, and the submittal register update, ENG Form 4288, shall be produced using QCS. RMS will be used to update, store and exchange submittal registers and transmittals, but will not be used for storage of actual submittals.

W917BK-09-R-0035 Page 115 of 151

01312 - P a g e | 6 Al Damook Police Station

1.6.5 Schedule

The Contractor shall develop a construction schedule consisting of pay activities, in accordance with Specification Section Project Schedule. This schedule shall be input and maintained in the QCS database either manually or by using the Standard Data Exchange Format (SDEF). The updated schedule data shall be included with each pay request submitted by the Contractor.

1.6.6 Requests for Information (RFI)

The Contractor shall use the two-way RFI system contained in QCS for tracking all RFI’s generated during the contract. Hard copies of all RFI’s shall be provided to the government, and will govern in the event of a discrepancy between electronic and printed mediums.

1.6.7 Import/Export of Data

QCS includes the ability to export Contractor data to the Government and to import submittal register and other Government-provided data, and schedule data using SDEF.

1.7 IMPLEMENTATION

Contractor use of QCS as described in the preceding paragraphs is mandatory. The Contractor shall ensure that sufficient resources are available to maintain its QCS database, and to provide the Government with regular database updates. QCS shall be an integral part of the Contractor's management of quality control.

1.8 DATA SUBMISSION VIA COMPUTER DISKETTE OR CD-ROM

The Government-preferred method for Contractor's submission of updates, payment requests, correspondence and other data is by E-mail with file attachment(s). For locations where this is not feasible, the Contracting Officer may permit use of computer diskettes or CD-ROM for data transfer. Data on the disks or CDs shall be exported using the QCS built-in export function.

1.9 MONTHLY COORDINATION MEETING

The Contractor shall update the QCS database each workday. At least monthly, the Contractor shall generate and submit an export file to the Government with schedule update and progress payment request. As required in Special Contract Requirement "Payments", at least one week prior to submittal, the Contractor shall meet with the Government representative to review the planned progress payment data submission for errors and omissions. The Contractor shall make all required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data submittals will be returned. The Government will not process progress payments until an acceptable QCS export file is received.

1.10 NOTIFICATION OF NONCOMPLIANCE

W917BK-09-R-0035 Page 116 of 151

01312 - P a g e | 7 Al Damook Police Station

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specification. The Contractor shall take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, shall be deemed sufficient for the purpose of notification.

-- End of Section --

W917BK-09-R-0035 Page 117 of 151

01330 - P a g e | 1 Al Damook Small Police Station

SECTION 01330 SUBMITTAL PROCEDURES

PART 1: GENERAL

1.1 DEFINITIONS

1.1.1 Submittal Special Contract Requirements "SPECIAL CONTRACT REQUIREMENT 52.236-5 “MATERIAL AND WORKMANSHIP," paragraph (b) and "SPECIAL CONTRACT REQUIREMENT 52.236-21 “SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION" paragraphs (d), (e), and (f) apply to all "submittals."

1.1.2 Submittal Descriptions (SD) Submittals requirements are specified in the technical sections. Submittals are identified by SD numbers and titles as follows.

SD-01 Preconstruction Submittals Certificates of insurance. Surety bonds. List of proposed subcontractors. List of proposed products. Construction Progress Schedule. Submittal register. Schedule of prices. Health and safety plan. Work plan. Quality control plan. Environmental protection plan.

SD-02 Shop Drawings

Drawings, diagrams and schedules specifically prepared to illustrate some portion of the work.

Diagrams and instructions from a manufacturer or fabricator to be used in producing the product and as aids to the Contractor or for integrating the product or system into the project.

Drawings prepared by or for the Contractor to show how multiple systems and interdisciplinary work will be coordinated.

SD-03 Product Data

Catalog cuts, illustrations, schedules, diagrams, performance charts, instructions and brochures illustrating size, physical appearance and other characteristics of materials or

W917BK-09-R-0035 Page 118 of 151

01330 - P a g e | 2 Al Damook Small Police Station

equipment for some portion of the work.

Samples of warranty language when the contract requires extended product warranties.

SD-04 Samples

Physical examples of materials, equipment or workmanship that illustrate functional and aesthetic characteristics of a material or product and establish standards by which the work can be judged. Color samples from the manufacturer's standard line (or custom color samples if specified) to be used in selecting or approving colors for the project.

Field samples and mock-ups constructed on the project site establish standards by which the ensuring work can be judged. Includes assemblies or portions of assemblies which are to be incorporated into the project and those which will be removed at conclusion of the work.

SD-05 Design Data

Calculations, mix designs, analyses or other data pertaining to a part of work.

SD-06 Test Reports

Report signed by authorized official of testing laboratory that a material, product or system identical to the material, product or system to be provided has been tested in accord with specified requirements. (Testing must have been within three years of date of contract award for the project.)

Report which includes findings of a test required to be performed by the Contractor on an actual portion of the work or prototype prepared for the project before shipment to job site. Report which includes finding of a test made at the job site or on sample taken from the job site, on portion of work during or after installation.

Investigation reports.

Daily checklists.

Final acceptance test and operational test procedure.

SD-07 Certificates

Statements printed on the manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or material attesting that product, system or material meets specification requirements. Must be dated after award of project contract and clearly name the project.

Document required of Contractor, or of a supplier, installer or subcontractor through Contractor, the purpose of which is to further quality of orderly progression of a portion of

W917BK-09-R-0035 Page 119 of 151

01330 - P a g e | 3 Al Damook Small Police Station

the work by documenting procedures, acceptability of methods or personnel qualifications.

Confined space entry permits.

Text of posted operating instructions

SD-08 Manufacturer's Instructions

Preprinted material describing installation of a product, system or material, including special notices and Material Safety Data sheets concerning impedances, hazards and safety precautions.

SD-09 Manufacturer's Field Reports

Documentation of the testing and verification actions taken by manufacturer's representative to confirm compliance with manufacturer's standards or instructions.

Factory test reports.

SD-10 Operation and Maintenance Data

Data furnished by the manufacturer, or the system provider, to the equipment operating and maintenance personnel. This data is needed by operating and maintenance personnel for the safe and efficient operation, maintenance and repair of the item.

SD-11 Closeout Submittals Documentation to record compliance with technical or administrative requirements or to establish an administrative mechanism.

1.1.3 Approving Authority Office authorized to approve submittal.

1.1.4 Work As used in this section, on- and off-site construction required by contract documents, including labor necessary to produce submittals, construction, materials, products, equipment, and systems incorporated or to be incorporated in such construction.

1.2 SUBMITTALS Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only or as otherwise designated. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted in accordance with this section:

SD-01 Preconstruction Submittals

Submittal register; G

W917BK-09-R-0035 Page 120 of 151

01330 - P a g e | 4 Al Damook Small Police Station

1.3 Through 1.7 OMITTED

1.8 SUBMITTAL CLASSIFICATION

Submittals are classified as follows:

1.8.1 Government Approved

Government approval is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the Contracting Officer. Within the terms of the Special Contract Requirement entitled "Specifications and Drawings for Construction," they are considered to be "shop drawings."

1.8.2 Information Only

All submittals not requiring Government approval will be for information only. They are not considered to be "shop drawings" within the terms of the Special Contract Requirement referred to above. All submittals not requiring Government approval will be for information only. They are not considered to be "shop drawings" within the terms of the Special Contract Requirement referred to above.

1.9 APPROVED SUBMITTALS

The Contracting Officer's approval of submittals shall not be construed as a complete check, but will indicate only that the general method of construction, materials, detailing and other information are satisfactory. Approval by the Contracting Officer shall not relieve the Contractor from responsibility for any errors or omissions in such submittals, nor from the responsibility of complying with the requirements of this contract, except with respect to variations described and approved in accordance with paragraph “Deviations”. All Contractor submittals shall be subject to review by the Government at any time during the course of the contract. Any Contractor submittal found to contain errors or omissions shall be resubmitted as one requiring "government approval." After submittals have been approved by the Contracting Officer, no re-submittal for the purpose of substituting materials or equipment will be considered unless accompanied by an explanation of why a substitution is necessary.

W917BK-09-R-0035 Page 121 of 151

01330 - P a g e | 5 Al Damook Small Police Station

1.10 DISAPPROVED SUBMITTALS

The Contractor shall make all corrections required by the Contracting Officer and promptly furnish a corrected submittal in the form and number of copies specified for the initial submittal. If the Contractor considers any correction indicated on the submittals to constitute a change to the contract, a notice in accordance with the Special Contract Requirement "Changes" shall be given promptly to the Contracting Officer.

1.11 WITHHOLDING OF PAYMENT

Payment for materials incorporated in the work will not be made if required approvals have not been obtained.

1.12 GENERAL The Contractor shall be responsible for preparing the ENG Form 4288, listing items identified from the contract documents that are required for formal submittal to the Contracting Officer within 15 days of the Notice to Proceed, and make submittals as required by the specifications. The Contracting Officer may request submittals in addition to those specified when deemed necessary to adequately describe the work covered in the respective sections. Units of weights and measures used on all submittals shall be the same as those used in the contract drawings. Each submittal shall be complete and in sufficient detail to allow ready determination of compliance with contract requirements. Prior to submittal, all items shall be checked and approved by the Contractor's Quality Control (CQC) System Manager and each item shall be stamped, signed, and dated by the CQC System Manager indicating action taken. Proposed deviations from the contract requirements shall be clearly identified. Submittals shall include items such as: Contractor's, manufacturer's, or fabricator's drawings; descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves; test reports; test cylinders; samples; O&M manuals (including parts list); certifications; warranties; and other such required submittals. Submittals requiring Government approval shall be scheduled and made prior to the acquisition of the material or equipment covered thereby. Samples remaining upon completion of the work shall be picked up and disposed of in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in compliance with existing laws and regulations. All submittals shall be scheduled and sufficient time allowed for review and/or approval to prevent acquisition of the material or equipment covered thereby. Any work done prior to receiving approved submittals shall be at the risk of the Contractor.

1.13 SUBMITTAL REGISTER (ENG FORM 4288) If included in the contract documents, any submittal list showing items of equipment and materials for which submittals are required by the specifications may not be all inclusive and

W917BK-09-R-0035 Page 122 of 151

01330 - P a g e | 6 Al Damook Small Police Station

additional submittals may be required. The Contractor shall maintain a submittal register for the project in accordance with Section 01312 QUALITY CONTROL SYSTEM (QCS) and as described below. The Contractor shall create and update the RMS Submittal Register by completing the columns for Contractor Schedule Dates and Activity Numbers and return three hard copies to the Contracting Officer for approval within 30 calendar days after Notice to Proceed. The Contractor shall keep the register up-to-date and shall submit it to the Government together with the monthly payment request. The approved submittal register will become the scheduling document and will be used to control submittals throughout the life of the contract. The submittal register and the progress schedules shall be coordinated in such a manner to insure timely and unrestricted performance of project work.

1.14 SCHEDULING Coordinate scheduling, sequencing, preparing and processing of submittals with performance of work so that work will not be delayed by submittal processing. Allow for potential requirements to resubmit. Submittals covering component items forming a system or items that are interrelated shall be scheduled to be coordinated and submitted concurrently. Certifications to be submitted with the pertinent drawings shall be so scheduled. Adequate time shall be allowed and shown on the register for review and approval. No delay damages or time extensions will be allowed for time lost in late submittals. Except as specified otherwise, allow review period beginning with receipt by approving authority, 14 calendar days for submittals for QC Manager Approval and 30 calendar days for submittals for contracting officer approval. Period of review for submittals with contracting officer approval begins when Government receives submittal from QC organization. Period of review for each re-submittal is the same as for initial submittal. No delay damages or time extensions will be allowed for time lost in late submittals. An additional 30 calendar days shall be allowed and shown on the register for review and approval of submittals for food service equipment.

1.15 TRANSMITTAL FORM (ENG FORM 4025) The sample transmittal form (ENG Form 4025) attached to this section shall be used for submitting both Government approved and information only submittals in accordance with the instructions on the reverse side of the form. These forms are included in the QCS software that the Contractor is required to use for this contract. This form shall be properly completed by filling out all the heading blank spaces and identifying each item submitted. Special care shall be exercised to ensure proper listing of the specification paragraph and/or sheet number of the contract drawings pertinent to the data submitted for each item.

W917BK-09-R-0035 Page 123 of 151

01330 - P a g e | 7 Al Damook Small Police Station

All submittals for electrical and mechanical equipment to be installed in any mechanical, utility, equipment or similar room or space shall be made concurrently and shall include layout drawings showing the equipment proposed to be furnished, including special foundations, duct work, piping and electrical conduit, superimposed on the building plans and elevation. Elevation views of the layout shall be included. The layouts shall be true to scale in both plan and elevation. The equipment shall be shown in its final position as recommended by the manufacturer and shall contain adequate dimensions to determine the location of all equipment proposed and areas required for maintenance indicated.

1.16 SUBMITTAL PROCEDURES Submittals shall be made as follows:

1.16.1 Procedures Prior to submittal, all items shall be checked and approved by the Contractor's Quality Control (CQC) System Manager. Each item on ENG Form 4025 shall be stamped, signed, and dated by the Contractor's Quality Control (CQC) System Manager indicating that each submittal is correct, has been reviewed for accuracy, completeness and is in strict accordance with the contract documents. Unsigned or incomplete submittals will be returned to the Contractor for corrective action. All submittals will be delivered to the Contracting Officer or their designated representative at the field office administering the contract. The specific method of delivery will be provided at the Pre-Construction Conference. The contractor shall submit four (4) copies of all Government Approved submittals, and two (2) copies of Information Only Submittals

1.16.2 Deviations For submittals which include proposed deviations requested by the Contractor, the column "variation" of ENG Form 4025-R shall be checked. The Contractor shall set forth in writing the reason for any deviations and annotate such deviations on the submittal. Variations from contract requirements require prior written Government approval and will be considered where advantageous to government. The Government reserves the right to rescind inadvertent approval of submittals containing unnoted deviations. Discussion with contracting officer prior to submission will help ensure functional and quality requirements are met and minimize rejections and re-submittals. When contemplating a variation which results in lower cost, consider submission of the variation as a Value Engineering Change Proposal (VECP). When proposing variation, deliver written request to the contracting officer, with documentation of the nature and features of the variation and why the variation is desirable and beneficial to government. If lower cost is a benefit, also include an estimate of the cost saving. In addition to

W917BK-09-R-0035 Page 124 of 151

01330 - P a g e | 8 Al Damook Small Police Station

documentation required for variation, include the submittals required for the item. Clearly mark the proposed variation in all documentation. When delivering a variation for approval, contractor warrants that this contract has been reviewed to establish that the variation, if incorporated, will be compatible with other elements of work. In addition to normal submittal review period, a period of 30 calendar working days will be allowed for consideration by the Government of submittals with variations.

1.16.3 Constraints a. Submittals listed or specified in this contract shall conform to provisions of this section,

unless explicitly stated otherwise.

b. Submittals shall be complete for each definable feature of work; components of definable feature interrelated as a system shall be submitted at same time.

c. When acceptability of a submittal is dependent on conditions, items, or materials included in separate subsequent submittals, submittal will be returned without review.

d. Approval of a separate material, product, or component does not imply approval of assembly in which item functions.

1.16.4 Contractor's Responsibilities a. Determine and verify field measurements, materials, field construction criteria; review each

submittal; and check and coordinate each submittal with requirements of the work and contract documents.

b. Transmit submittals to QC organization in accordance with schedule on approved Submittal Register, and to prevent delays in the work, delays to government, or delays to separate contractors.

c. To advise contracting officer of variation, as required by paragraph entitled "Variations."

d. Correct and resubmit submittal as directed by approving authority. When resubmitting disapproved transmittals or transmittals noted for re-submittal, the contractor shall provide copy of that previously submitted transmittal including all reviewer comments for use by approving authority. Direct specific attention in writing or on resubmitted submittal, to revisions not requested by approving authority on previous submissions.

e. Furnish additional copies of submittal when requested by contracting officer, to a limit of 20 copies per submittal.

f. Complete work that shall be used as the basis of a submittal in time to allow the submittal to

W917BK-09-R-0035 Page 125 of 151

01330 - P a g e | 9 Al Damook Small Police Station

occur as scheduled.

g. Ensure no work has begun until submittals for that work have been returned as "approved," or "approved as noted", except to the extent that a portion of work must be accomplished as basis of submittal.

1.16.5 QC Organization Responsibilities a. Note date on which submittal was received from contractor on each submittal.

b. Review each submittal; and check and coordinate each submittal with requirements of work and contract documents.

c. Review submittals for conformance with project design concepts and compliance with contract documents.

d. Ensure that material is clearly legible.

e. Sign certifying statement or approval statement. The person signing certifying statements shall be QC organization member designated in the approved QC plan. The signatures shall be in original ink. Stamped signatures are not acceptable.

f. Update submittal register database as submittal actions occur and maintain the submittal register at project site until final acceptance of all work by contracting officer.

g. Retain a copy of approved submittals at project site, including contractor's copy of approved samples.

1.16.6 Samples Samples shall be submitted as provided for in the contract. Full size samples will be retained by the Contracting Officer at his discretion. The Contractor may request that certain full size samples be returned to him for incorporation into the work. Such request should accompany the samples when submitted. Samples remaining upon completion of the work shall be picked up and disposed of in accordance with manufacturer's Material Safety Data Sheets (MSDS) and in compliance with existing local laws and regulations.

1.17 CONTROL OF SUBMITTALS The Contractor shall carefully control his procurement operations to ensure that each individual submittal is made on or before the Contractor scheduled submittal date shown on the approved "Submittal Register."

1.18 GOVERNMENT APPROVED SUBMITTALS

W917BK-09-R-0035 Page 126 of 151

01330 - P a g e | 10 Al Damook Small Police Station

Upon completion of review of submittals requiring Government approval, the submittals will be identified as having received approval by being so stamped and dated. One (1) copy of the submittal will be returned to the Contractor, and all remaining copies of the submittal will be retained by the Contracting Officer.

1.19 INFORMATION ONLY SUBMITTALS Normally submittals for information only will not be returned. Approval of the Contracting Officer is not required on information only submittals. The Government reserves the right to require the Contractor to resubmit any item found not to comply with the contract. This does not relieve the Contractor from the obligation to furnish material conforming to the plans and specifications; will not prevent the Contracting Officer from requiring removal and replacement of nonconforming material incorporated in the work; and does not relieve the Contractor of the requirement to furnish samples for testing by the Government laboratory or for check testing by the Government in those instances where the technical specifications so prescribe.

1.20 STAMPS

Stamps used by the Contractor on the submittal data to certify that the submittal meets contract requirements shall be similar to the following:

________________________________________________________________________ | CONTRACTOR | | | | (Firm Name) | | | | | | | | _____ Approved | | | | | | _____ Approved with corrections as noted on submittal data and/or | | attached sheets(s). | | | | | | | | SIGNATURE: __________________________________________________________ | | | | TITLE: ______________________________________________________________ | | | | DATE: _______________________________________________________________ | | | |________________________________________________________________________|

-- End of Section --

W917BK-09-R-0035 Page 127 of 151

DATE

TO: FROM: CHECK ONE

TRANSMITTAL.

PROJECT TITLE AND LOCATION(Cover only one section with each transmittal)

XITEM MFG INFO OR NO. OF CONTRACTOR VARIATION FOR CENO. DRWG NO. COPIES Paragraph Drawing CODE USE CODE

a c d e f g h i

REMARKS

ENCLOSURES RETURNED (list by Item No.) NAME, TITLE AND SIGNATURE OF APPROVING AUTHORITY DATE

ENG FORM 4025-R, MAR 95 (ER 415-1-10) SHEET 1 OF 1

NAME AND SIGNATURE CQC MANAGERSECTION II - APPROVAL ACTION

FIOGOV'T APPROVAL

X THIS IS A NEW TRANSMITTALTHIS IS A RESUBMITTAL OF

THIS TRANSMITTAL IS FOR

I certify that the above submitted items have been reviewed in detail and are correct and in strict accordance with the contract drawings and specifications except as otherwise stated.

DESCRIPTIONS OF ITEMS SUBMITTED(Type size model number/etc.)

CONTRACT REFERENCE DOCUMENT

b

TRANSMITTAL OF DESIGN DRAWINGS, EQUIPMENT DATA, MATERIAL SAMPLES OR

(read instructions on the reverse side prior to initiating this form)

MANUFACTURER'S CERTIFICATES OF COMPLIANCE

SPECIFICATION SEC NO: 1060

SECTION I - REQUEST FOR APPROVAL OF THE FOLLOWING ITEMS (This section will be initiated by the subcontractor)CONTRACT NUMBER:

TRANSMITTAL NO:

CHECK ONE:

TASK ORDER:

W917BK-09-R-0035 Page 128 of 151

SPECIFICATION SECTION

ACTIVITY NO

TRANS-MITTAL NO. I

TEM NO

SPECIFICATION PARAGRAPH

NUMBER

DESCRIPTION OF ITEM SUBMITTED

DATA

DRAWINGS

DOCUMENTS

SCHEDULES

STATEMENTS

REPORTS

CERTIFICATES

SAMPLES

RECORDS

INFORMATION

ONLY

GOVERNMENT

APPROVED

REVIEWER

SUBMITAPPROVAL

NEEDED BY

MATERIAL NEEDED

BY

CODE

DATE

SUBMIT TO

GOVERN-MENT

CODE

DATE REMARKS

a. b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q. r. s. t. u. v. w. x. y. z.

TYPE OF SUBMITTAL FICATION SCHEDULE DATES ACTION ACTION

SUBMITTAL REGISTER (ER415 1-10)

CONTRACT NO:

TITLE AND LOCATION CONTRACTOR:

W917BK-09-R-0035 Page 129 of 151

SPECIFICATION SECTION

ACTIVITY NO

TRANS-MITTAL NO. I

TEM NO

SPECIFICATION PARAGRAPH

NUMBER

DESCRIPTION OF ITEM SUBMITTED

DATA

DRAWINGS

DOCUMENTS

SCHEDULES

STATEMENTS

REPORTS

CERTIFICATES

SAMPLES

RECORDS

INFORMATION

ONLY

GOVERNMENT

APPROVED

REVIEWER

SUBMITAPPROVAL

NEEDED BY

MATERIAL NEEDED

BY

CODE

DATE

SUBMIT TO

GOVERN-MENT

CODE

DATE REMARKS

a. b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q. r. s. t. u. v. w. x. y. z.

TYPE OF SUBMITTAL FICATION SCHEDULE DATES ACTION ACTION

SUBMITTAL REGISTER (ER415 1-10)

CONTRACT NO:

TITLE AND LOCATION CONTRACTOR:

W917BK-09-R-0035 Page 130 of 151

SPECIFICATION SECTION

ACTIVITY NO

TRANS-MITTAL NO. I

TEM NO

SPECIFICATION PARAGRAPH

NUMBER

DESCRIPTION OF ITEM SUBMITTED

DATA

DRAWINGS

DOCUMENTS

SCHEDULES

STATEMENTS

REPORTS

CERTIFICATES

SAMPLES

RECORDS

INFORMATION

ONLY

GOVERNMENT

APPROVED

REVIEWER

SUBMITAPPROVAL

NEEDED BY

MATERIAL NEEDED

BY

CODE

DATE

SUBMIT TO

GOVERN-MENT

CODE

DATE REMARKS

a. b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q. r. s. t. u. v. w. x. y. z.

TYPE OF SUBMITTAL FICATION SCHEDULE DATES ACTION ACTION

SUBMITTAL REGISTER (ER415 1-10)

CONTRACT NO:

TITLE AND LOCATION CONTRACTOR:

ENG FORM 4288-R, MAR 95 EDITION OF SEP 93 IS OBSOLETE. PAGE 1 OF__1__PAGES (Proponent: CEMP-CE)

W917BK-09-R-0035 Page 131 of 151

01451 - P a g e | 1 Al Damook Police Station

SECTION 01451 CONTRACTOR QUALITY CONTROL

PART 1: GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ARMY CORPS OF ENGINEERS (USACE)

ER 1110-1-12 (1993) Quality Management

EM 385-1-1 Safety and Health Requirements Manual

1.2 PAYMENT

Separate payment will not be made for providing and maintaining an effective Quality Control program, and all costs associated therewith shall be included in the applicable unit prices or lump-sum prices contained in the Bidding Schedule.

PART 2 PRODUCTS (Not Applicable)

PART 3 EXECUTION

3.1 GENERAL REQUIREMENTS

The Contractor is responsible for quality control and shall establish and maintain an effective quality control system in compliance with the Special Contract Requirements and this specification section. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product which complies with the contract requirements. The system shall cover all construction operations, both onsite and offsite, and shall be keyed to the proposed construction sequence. The site project superintendent will be held responsible for the quality of work on the job and is subject to removal by the Contracting Officer for non-compliance with the quality requirements specified in the contract. The site project superintendent in this context shall be the highest level manager responsible for the overall construction activities at the site, including quality and production. The site project superintendent shall maintain a physical presence at the site at all times, except as otherwise acceptable to the Contracting Officer, and shall be responsible for all construction and construction related activities at the site.

3.2 QUALITY CONTROL PLAN

W917BK-09-R-0035 Page 132 of 151

01451 - P a g e | 2 Al Damook Police Station

The Contractor shall furnish for review by the Government, not later than five (15) days after receipt of Notice-to-Proceed (NTP) the proposed Contractor Quality Control (CQC) Plan. The plan shall identify personnel, procedures, control, instructions, records, and forms to be used. The Government will consider an interim plan for the first sixty (60) days of operation. Construction will be permitted to begin only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional features of work to be started.

3.2.1 Content of the CQC Plan

The CQC Plan shall include, as a minimum, the following to cover all construction operations, both on site and off-site, including work by subcontractors, fabricators, suppliers and purchasing agents:

a. A description of the quality control organization, including a chart showing lines of authority and acknowledgment that the CQC staff shall implement the three phase control system for all aspects of the work specified. The staff shall include a CQC System Manager who shall report to the project superintendent.

b. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a CQC function.

c. A copy of the letter to the CQC System Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the CQC System Manager, including authority to stop work which is not in compliance with the contract. The CQC System Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities. Copies of these letters shall also be furnished to the Government.

d. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of subcontractors, offsite fabricators, suppliers, consultants, and purchasing agents. These procedures shall be in accordance with Section 01330 “SUBMITTAL PROCEDURES”.

e. Control, verification, and acceptance testing procedures for each specific test to include the test name, specification paragraph requiring test, feature of work to be tested, test frequency, and person responsible for each test.

f. Procedures for tracking preparatory, initial, and follow-up control phases and control, verification, and acceptance tests including documentation.

W917BK-09-R-0035 Page 133 of 151

01451 - P a g e | 3 Al Damook Police Station

g. Procedures for tracking construction deficiencies from identification through acceptable corrective action. These procedures shall establish verification that identified deficiencies have been corrected.

h. Reporting procedures, including proposed reporting formats.

i. A list of the definable features of work. A definable feature of work is a task which is separate and distinct from other tasks, has separate control requirements, and may be identified by different trades or disciplines, or it may be work by the same trade in a different environment. Although each section of the specifications may generally be considered as a definable feature of work, there are frequently more than one definable feature under a particular section. This list will be agreed upon during the coordination meeting.

3.2.2 Omitted

3.2.3 Acceptance of Plan

Acceptance of the Contractor’s plan is required prior to the start of construction. Acceptance is conditional and will be predicated on satisfactory performance during the construction. The Government reserves the right to require the Contractor to make changes in the CQC plan and operations including removal of personnel, as necessary, to obtain the quality specified.

3.2.4 Notification of Changes

Notification of Changes: After acceptance of the QC plan, the Contractor shall notify the Contracting Officer in writing a minimum of seven calendar days prior to any proposed change. Proposed changes are subject to acceptance by the Contracting Officer.

3.3 COORDINATION MEETING

After the Pre-construction Conference, before start of construction, and prior to acceptance by the Government of the Quality Control Plan, the Contractor shall meet with the Contracting Officer or Authorized Representative and discuss the Contractor’s quality control system. The CQC Plan shall be submitted for review a minimum of 15 calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding of the system details shall be developed, including the forms for recording the CQC operations, control activities, testing, administration of the system for both on-site and off-site work, and the interrelationship of Contractor’s Management and control with the Government’s Quality Assurance. Minutes of the meeting shall be prepared by the Government and signed by both the Contractor and the Contracting Officer. The minutes shall become a part of the contract file. There may be occasions when subsequent conferences will be called by either party to reconfirm mutual understandings and/or address deficiencies in the CQC system or procedures, which may require corrective action by the Contractor.

W917BK-09-R-0035 Page 134 of 151

01451 - P a g e | 4 Al Damook Police Station

3.4 QUALITY CONTROL ORGANIZATION

3.4.1 Personnel Requirements

The requirements for the CQC organization are a CQC System Manager, and sufficient number of additional qualified personnel to ensure safety and contract compliance. Personnel identified in the technical provisions as requiring specialized skills to assure the required work is being performed properly will also be included as part of the CQC organization. The Contractor's CQC staff shall maintain a presence at the site at all times during progress of the work and have complete authority and responsibility to take any action necessary to ensure contract compliance. All quality control personnel and the site project superintendent shall be fluent in English and either the language of subcontractors, workers, or site foremen. The CQC staff shall be subject to acceptance by the Contracting Officer.

The Contractor shall provide adequate office space, filing systems and other resources as necessary to maintain an effective and fully functional CQC organization. Complete records of all letters, material submittals, shop drawing submittals, schedules and all other project documentation shall be promptly furnished to the CQC organization by the Contractor. The CQC organization shall be responsible to maintain these documents and records at the site at all times, except as otherwise acceptable to the Contracting Officer.

3.4.2 CQC System Manager

The Contractor shall identify an individual within his organization at the site of the work who shall be responsible for overall management of the CQC and have the authority to act in all CQC matters for the Contractor. The CQC system manager shall be a graduate engineer, graduate architect, or a graduate construction manager, with experience on construction projects similar in type to this contract OR a construction person with a minimum of ten (10) years in related work. The CQC System Manager shall be on the site at all times during construction and shall be employed by the Contractor. The CQC System Manager shall be assigned no other duties. An alternate for the CQC System Manager will be identified in the plan to serve in the event of the CQC system manager’s absence. The requirements for the alternate will be the same as for the designated CQC manager.

3.4.3 CQC Personnel

In addition to CQC personnel specified elsewhere in the contract, the Contractor shall provide as part of the CQC organization specialized personnel to assist the CQC System Manager for the following areas: electrical, mechanical, and civil. These individuals shall be directly employed by the prime Contractor and may not be employed by a supplier or sub-Contractor on this project; be responsible to the CQC System Manager; be physically present at the construction site during work on their areas of responsibility; have the necessary education and/or experience in accordance with the experience matrix listed herein. These individuals shall have no other duties other than quality control.

W917BK-09-R-0035 Page 135 of 151

01451 - P a g e | 5 Al Damook Police Station

Experience Matrix Area Qualifications Civil Graduate Civil Engineer with 10 years experience in the

type of work being performed on this project Mechanical Graduate Mechanical Engineer with 10 yrs experience in

the type of work being performed on this project Electrical Graduate Electrical Engineer with 10 yrs experience in

the type of work being performed on this project

3.4.4 Additional Requirement

In addition to the above experience and/or education requirements, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors". This course is periodically offered by the government, and inquiries as to the next course offering may be directed to the local construction field office.

3.4.5 Organiz ational Changes

The Contractor shall maintain the CQC staff at full strength at all times. When it is necessary to make changes to the CQC staff, the Contractor shall revise the CQC Plan to reflect the changes and submit the changes to the Contracting Officer for acceptance.

3.5 SUBMITTALS AND DELIVERABLES

Submittals, if needed, shall be made as specified in Section 01330 “SUBMITTAL PROCEDURES”. The CQC organization shall be responsible for certifying that all submittals and deliverables are in compliance with the contract requirements.

3.6 CONTROL

Contractor Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontractors and suppliers, complies with the requirements of the contract. At least three phases of control shall be conducted by the CQC System Manager for each definable feature of the construction work as follows:

3.6.1 Preparatory Phase.

This phase shall be performed prior to beginning work on each definable feature of work, after all required documents and materials are approved/accepted, and after copies are at the work site. This phase shall include:

a. A review of each paragraph of applicable specifications, reference codes, and standards. A copy of those sections of referenced codes and standards, in the English language unless specifically approved otherwise by the Contracting Officer, applicable to that portion of the work to be accomplished in the field shall be made

W917BK-09-R-0035 Page 136 of 151

01451 - P a g e | 6 Al Damook Police Station

available by the Contractor at the preparatory inspection. These copies shall be maintained in the field and available for use by Government personnel until final acceptance of the work.

b. A review of the contract drawings.

c. A check to assure that all materials and/or equipment have been tested, submitted, and approved.

d. A check to assure that provisions have been made to provide required control inspection and testing.

e. Examination of the work area to assure that all required preliminary work has been completed and is in compliance with the contract.

f. A physical examination of required materials, equipment, and sample work to verify that they are on hand, conform to approved shop drawings or submitted data, and are properly stored.

g. Reviews of the appropriate activity hazard analysis to ensure safety requirements are met.

h. Discussion of procedures for constructing the work including repetitive deficiencies, construction tolerances and workmanship standards for that feature of work.

i. A check to ensure that the Contracting Officer has accepted the portion of the plan for the work to be performed.

j. Discussion of the initial control phase.

k. The Government shall be notified at least 24 hours in advance of beginning any of the required action of the preparatory phase. This phase shall include a meeting conducted by the CQC system manager and attended by the superintendent, other CQC personnel (as applicable), and the foreman responsible for the definable feature. The results of the preparatory phase actions shall be documented by separate minutes prepared by the CQC system manager and attached to the daily QC report. The Contractor shall instruct applicable workers as to the acceptable level of workmanship required in order to meet contract specifications.

3.6.2 Initial Phase.

This phase shall be accomplished at the beginning of a definable feature of work. The following shall be accomplished:

W917BK-09-R-0035 Page 137 of 151

01451 - P a g e | 7 Al Damook Police Station

a. A check of preliminary work to ensure that it is in compliance with contract requirements. Review minutes of the preparatory meeting.

b. Verification of full contract compliance. Verify required control inspection and testing.

c. Establish level of workmanship and verify that it meets minimum acceptable workmanship standards. Compare with sample panels as appropriate.

d. Resolve all differences.

e. Check safety to include compliance with and upgrading of the safety plan and activity hazard analysis. Review the activity analysis with each worker.

f. The Government shall be notified at least 24 hours in advance of beginning the initial phase. Separate minutes of this phase shall be prepared by the CQC system manager and attached to the daily QC report. Exact location of initial phase shall be indicated for future reference and comparison with follow-up phases.

g. The initial phase should be repeated for each new crew to work on-site, or any time acceptable specified quality standards are not being met.

3.6.3 Follow -up Phase.

Daily checks shall be performed to assure continuing compliance with contract requirements, including control testing, until completion of the particular feature of work. The checks shall be made a matter of record in the CQC documentation. Final follow-up checks shall be conducted, and all noted deficiencies corrected, prior to the start of additional features of work that may be affected by the deficient work. The Contractor shall not build upon nor conceal non-conforming work.

3.6.4 Additional Preparatory and Initial Phases

Additional preparatory and initial phases may be required by the Contracting Officer on the same definable features of work if the quality of on-going work is unacceptable; if there are changes in the applicable QC staff or in the on-site production supervision or work crew; if work on a definable feature is resumed after a substantial period of inactivity; or if other problems develop.

3.7 TESTS

3.7.1 Testing Procedure

The Contractor shall perform tests specified or required to verify that control measures are adequate to provide a product that conforms to contract requirements. Upon request, the

W917BK-09-R-0035 Page 138 of 151

01451 - P a g e | 8 Al Damook Police Station

Contractor shall furnish to the Government duplicate samples of test specimens for possible testing by the Government. Costs incidental to the transportation of samples or materials shall be borne by the Contractor.

Testing includes operation and/or acceptance tests when specified. A list of tests to be performed shall be furnished as a part of the CQC plan. The list shall give the test name, frequency, specification paragraph containing the test requirements, the personnel and government certified laboratory responsible for each type of test, and an estimate of the number of tests required. The Contractor shall perform the following activities and record and provide the following data:

a. Verify that testing procedures comply with contract requirements.

b. Verify that facilities and testing equipment are available and comply with testing standards.

c. Check test instrument calibration data against certified standards.

d. Verify that recording forms and test identification control number system, including all of the test documentation requirements, have been prepared.

e. Results of all tests taken, both passing and failing tests, shall be recorded on the Quality Control report for the date taken. Specification paragraph/item reference, location where tests were taken, and the sequential control number identifying the test will be given. Actual test reports may be submitted later, if approved by the Contracting Officer, with a reference to the test number and date taken. An information copy of tests performed by an off-site or commercial test facility will be provided directly to the Contracting Officer. Failure to submit timely test reports, as stated, may result in nonpayment for related work performed and disapproval of the test facility for this contract.

3.8 COMPLETION INSPECTION

3.8.1 Punch-Out Inspection

Near the end of the work, or any increment of the work established by a time stated in the Special Contract Requirement, "Commencement, Prosecution, and Completion of Work", or by the specifications, the CQC Manager shall conduct an inspection of the work. A punch list of items which do not conform to the approved drawings and specifications shall be prepared and included in the CQC documentation, as required by paragraph DOCUMENTATION. The list of deficiencies shall include the estimated date by which the deficiencies will be corrected. The CQC System Manager or staff shall make a second inspection to ascertain that all deficiencies have been corrected. Once this is accomplished, the Contractor shall notify the Government that the facility is ready for the Government Pre-Final inspection.

W917BK-09-R-0035 Page 139 of 151

01451 - P a g e | 9 Al Damook Police Station

3.8.2 Pre-Final Inspection

The Government will perform the pre-final inspection to verify that the facility is complete and ready to be occupied. A Government Pre-Final punch list may be developed as a result of this inspection. The Contractor's CQC System Manager shall ensure that all items on this list have been corrected before notifying the Government, so that a Final inspection with the customer can be scheduled. Any items noted on the Pre-Final inspection shall be corrected in a timely manner. These inspections and any deficiency corrections required by this paragraph shall be accomplished within the time slated for completion of the entire work or any particular increment of the work if the project is divided into increments by separate completion dates.

3.8.3 Final Acceptance Inspection

The Contractor's Quality Control Inspection personnel, plus the superintendent or other primary management person, and the Contracting Officer's Representative shall be in attendance at the final acceptance inspection. Additional Government personnel including, but not limited to, those from Base/Post Civil Facility Engineer user groups and major commands may also be in attendance. The final acceptance inspection will be formally scheduled by the Contracting Officer based upon results of the Pre-Final inspection. Notice shall be given to the Contracting Officer at least 14 days prior to the final acceptance inspection and shall include the Contractor's assurance that all specific items previously identified to the Contractor as being unacceptable, along with all remaining work performed under the contract, will be complete and acceptable by the date scheduled for the final acceptance inspection. Failure of the Contractor to have all contract work acceptably complete for this inspection will be cause for the Contracting Officer to bill the Contractor for the Government's additional inspection cost in accordance with the Special Contract Requirement titled "Inspection of Construction".

3.9 DOCUMENTATION

The Contractor shall maintain current records providing factual evidence that required quality control activities and/or tests have been performed. These records shall include the work of subcontractors and suppliers and shall be on an acceptable form that includes, as a minimum, the following information:

a. Contractor/subcontractor and their area of responsibility.

b. Operating plant/equipment with hours worked, idle, or down for repair.

c. Work performed each day, giving location, description, and by whom. When Network Analysis (NAS) is used, identify each phase of work performed each day by NAS activity number.

W917BK-09-R-0035 Page 140 of 151

01451 - P a g e | 10 Al Damook Police Station

d. Test and/or control activities performed with results and references to specifications/drawings requirements. The control phase shall be identified (Preparatory, Initial, and Follow-up). List of deficiencies noted, along with corrective action.

e. Quantity of materials received at the site with statement as to acceptability, storage, and reference to specifications/drawings requirements.

f. Submittals and deliverables reviewed, with contract reference, by whom, and action taken.

g. Offsite surveillance activities, including actions taken.

h. Job safety evaluations stating what was checked, results, and instructions or corrective actions.

i. Instructions given/received and conflicts in plans and/or specifications.

j. Contractor's verification statement.

These records shall indicate a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall cover both conforming and deficient features and shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy of these records in report form shall be furnished to the Government daily within forty-eight (48) hours after the date covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, one report shall be prepared and submitted for every 7 days of no work and on the last day of a no work period. All calendar days shall be accounted for throughout the life of the contract. The first report following a day of no work shall be for that day only. Reports shall be signed and dated by the CQC System Manager. The report from the CQC System Manager shall include copies of test reports and copies of reports prepared by all subordinate quality control personnel.

3.10 SAMPLE FORMS

In accordance with Specification 01312 “QUALITY CONTROL SYSTEM”, the contractor shall use the forms produced by and printed from QCS. Samples of any forms required to meet the requirements of this section which are not produced by that system shall be included in the contractors Quality Control Plan.

3.11 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the foregoing requirements. The Contractor shall take immediate corrective action after receipt

W917BK-09-R-0035 Page 141 of 151

01451 - P a g e | 11 Al Damook Police Station

of such notice. Such notice, when delivered to the Contractor at the work site, shall be deemed sufficient for the purpose of notification. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to such stop orders shall be made the subject of claim for extension of time or for excess costs or damages by the Contractor.

-- End of Section --

W917BK-09-R-0035 Page 142 of 151

01770 - P a g e | 1 Al Damook Police Station

SECTION 01770 CLOSEOUT PROCEDURES

PART 1: GENERAL

1.1 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. The following shall be submitted:

SD-10 Operation and Maintenance Data Equipment/Product Warranty List; G Warranty Management Plan; G

SD-11 Closeout Submittals As-Built Drawings; G Record of Materials; G Equipment/Product Warranty Tag; G

1.2 PROJECT RECORD DOCUMENTS

1.2.1 As-Built Drawings

As-built drawings shall be submitted in accordance with Section 01100 “GENERAL REQUIREMENTS”, paragraph 2.13.

1.2.2 As-Built Record of Materials

Furnish a record of materials.

Where several manufacturers' brands, types, or classes of the item listed have been used in the project, designate specific areas where each item was used. Designations shall be keyed to the areas and spaces depicted on the contract drawing. Furnish the record of materials used in the following format:

MATERIALS DESIGNATION SPECIFICATION MANUFACTURER

MATERIALS USED (MANUFACTURER'S DESIGNATION)

WHERE USED

1.3 EQUIPMENT/PRODUCT WARRANTIES

1.3.1 Equipment/Product Warranty List

The Contractor shall develop a warranty management plan which shall contain information relevant to the clause Warranty of Construction. At least 30 days before the planned pre-warranty conference, the Contractor shall submit the warranty management plan for

W917BK-09-R-0035 Page 143 of 151

01770 - P a g e | 2 Al Damook Police Station

Government approval. The warranty management plan shall include all required actions and documents to assure that the Government receives all warranties to which it is entitled. The plan shall be in narrative form and contain sufficient detail to render it suitable for use by future maintenance and repair personnel, whether tradesmen, or of engineering background, not necessarily familiar with this contract. The term "status" as indicated below shall include due date and whether item has been submitted or was accomplished. Warranty information made available during the construction phase shall be submitted to the Contracting Officer for approval prior to each monthly pay estimate. Approved information shall be assembled in a binder and shall be turned over to the Government upon acceptance of the work. The construction warranty period shall begin on the date of project acceptance and shall continue for the full product warranty period. A joint 4 month and 9 month warranty inspection shall be conducted, measured from time of acceptance, by the Contractor, Contracting Officer and the Customer Representative. Information contained in the warranty management plan shall include, but shall not be limited to, the following:

a. Roles and responsibilities of all personnel associated with the warranty process, including points of contact and telephone numbers within the organizations of the Contractors, subcontractors, manufacturers or suppliers involved.

b. Listing and status of delivery of all Certificates of Warranty for extended warranty items, to include roofs, HVAC balancing, pumps, motors, transformers, and for all commissioned systems such as fire protection and alarm systems, sprinkler systems, lightning protection systems, etc.

c. A list for each warranted equipment, item, feature of construction or system indicating:

1. Name of item. 2. Model and serial numbers. 3. Location where installed. 4. Name and phone numbers of manufacturers or suppliers. 5. Names, addresses and telephone numbers of sources of spare parts. 6. Warranties and terms of warranty. This shall include one-year overall

warranty of construction. Items which have extended warranties shall be indicated with separate warranty expiration dates.

7. Cross-reference to warranty certificates as applicable. 8. Starting point and duration of warranty period. 9. Summary of maintenance procedures required to continue the warranty

in force. 10. Cross-reference to specific pertinent Operation and Maintenance

manuals. 11. Organization, names and phone numbers of persons to call for

warranty service. 12. Typical response time and repair time expected for various warranted

equipment.

d. The Contractor's plans for attendance at the 4 and 9 month post-construction warranty inspections conducted by the Government.

W917BK-09-R-0035 Page 144 of 151

01770 - P a g e | 3 Al Damook Police Station

e. Procedure and status of tagging of all equipment covered by extended warranties.

f. Copies of instructions to be posted near selected pieces of equipment where operation is critical for warranty and/or safety reasons.

1.3.2 Performance of Warranty Work

In the event the Contractor fails to commence and diligently pursue any construction warranty work required, the Contracting Officer will have the work performed by others, and after completion of the work, will charge the remaining construction warranty funds of expenses incurred by the Government while performing the work, including, but not limited to administrative expenses.

Following oral or written notification of required construction warranty repair work, the Contractor shall respond in a timely manner. Written verification will follow oral instructions. Failure of the Contractor to respond will be cause for the Contracting Officer to proceed against the Contractor.

1.3.3 Pre-Warranty Conference

Prior to contract completion, and at a time designated by the Contracting Officer, the Contractor shall meet with the Contracting Officer to develop a mutual understanding with respect to the requirements of this section. Communication procedures for Contractor notification of construction warranty defects, priorities with respect to the type of defect, reasonable time required for Contractor response, and other details deemed necessary by the Contracting Officer for the execution of the construction warranty shall be established/reviewed at this meeting. In connection with these requirements and at the time of the Contractor's quality control completion inspection, the Contractor shall furnish the name, telephone number and address of a licensed and bonded company which is authorized to initiate and pursue construction warranty work action on behalf of the Contractor. This point of contact will be located within the local service area of the warranted construction, shall be continuously available, and shall be responsive to Government inquiry on warranty work action and status. This requirement does not relieve the Contractor of any of its responsibilities in connection with other portions of this provision.

1.3.4 Warranty Tags

At the time of installation, each warranted item shall be tagged with a durable, oil and water resistant tag approved by the Contracting Officer. Each tag shall be attached with a copper wire and shall be sprayed with a silicone waterproof coating. The date of acceptance and the QC signature shall remain blank until project is accepted for beneficial occupancy. The tag shall show the following information.

a. Type of product/material ________________________________________ b. Model number ________________________________________________ c. Serial number ________________________________________________ d. Contract number ______________________________________________ e. Warranty period ___________ from ___________ to _________________ f. Inspector's signature ___________________________________________

W917BK-09-R-0035 Page 145 of 151

01770 - P a g e | 4 Al Damook Police Station

g. Construction Contractor ________________________________________ Address ________________________________________________ Telephone number ________________________________________

h. Warranty contact ______________________________________________ Address ________________________________________________ Telephone number ________________________________________

i. Warranty response time priority code ______________________________ j. WARNING - PROJECT PERSONNEL TO PERFORM ONLY OPERATIONAL

MAINTENANCE DURING THE WARRANTY PERIOD.

1.4 MECHANI CAL TESTING AND BALANCING

All contract requirements for testing/adjusting/balancing shall be fully completed, including all testing, prior to contract completion date. The time required to complete all testing/adjusting/balancing is included in the allotted calendar days for completion.

1.5 FINAL CLEANING

The premises shall be left broom clean. Stains, foreign substances, and temporary labels shall be removed from surfaces. Carpet and soft surfaces shall be vacuumed. Equipment and fixtures shall be cleaned to a sanitary condition. Filters of operating equipment shall be replaced. Debris shall be removed from roofs, drainage systems, gutters, and downspouts. Paved areas shall be swept and landscaped areas shall be raked clean. The site shall have waste, surplus materials, and rubbish removed. The project area shall have temporary structures, barricades, project signs, and construction facilities removed. A list of completed clean-up items shall be submitted on the day of final inspection.

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

Not used.

-- End of Section --

W917BK-09-R-0035 Page 146 of 151

01781 - P a g e | 1 Al Damook Police Station

SECTION 01781 OPERATION AND MAINTENANCE DATA

PART 1 GENERAL

1.1 SUBMISSION OF OPERATION AND MAINTENANCE DATA

Submit Operation and Maintenance (O&M) Data specifically applicable to this contract and a complete and concise depiction of the provided equipment, product, or system. Organize and present information in sufficient detail to clearly explain O&M requirements at the system, equipment, component, and subassembly level. Include an index preceding each submittal. Submit in accordance with this section and Section 01330 SUBMITTAL PROCEDURES.

1.1.1 Package Quality

Documents must be fully legible. Poor quality copies and material with hole punches obliterating the text or drawings will not be accepted.

1.1.2 Package Content

Data package content shall be as shown in the paragraph titled "Schedule of Operation and Maintenance Data Packages." Comply with the data package requirements specified in the individual technical sections, including the content of the packages and addressing each product, component, and system designated for data package submission.

1.1.3 Changes to Submittals

Manufacturer-originated changes or revisions to submitted data shall be furnished by the Contractor if a component of an item is so affected subsequent to acceptance of the O&M Data. Changes, additions, or revisions required by the Contracting Officer for final acceptance of submitted data, shall be submitted by the Contractor within 30 calendar days of the notification of this change requirement.

1.2 TYPES OF INFORMATION REQUIRED IN O&M DATA PACKAGES

1.2.1 Operating Instructions

Include specific instructions, procedures, and illustrations for the following phases of operation:

1.2.1.1 Safety Precautions

List the personnel hazards and equipment or product safety precautions for all operating conditions.

1.2.1.2 Operator Pre-start

W917BK-09-R-0035 Page 147 of 151

01781 - P a g e | 2 Al Damook Police Station

Include procedures required to set up and prepare each system for use.

1.2.1.3 Startup, Shutdown, and Post-Shutdown Procedures

Provide narrative description for Startup, Shutdown and Post-shutdown operating procedures including the control sequence for each procedure.

1.2.1.4 Normal Operations

Provide narrative description of Normal Operating Procedures. Include Control Diagrams with data to explain operation and control of systems and specific equipment.

1.2.1.5 Emergency Operations

Include Emergency Procedures for equipment malfunctions to permit a short period of continued operation or to shut down the equipment to prevent further damage to systems and equipment. Include Emergency Shutdown Instructions for fire, explosion, spills, or other foreseeable contingencies. Provide guidance and procedures for emergency operation of all utility systems including required valve positions, valve locations and zones or portions of systems controlled.

1.2.1.6 Operator Service Requirements

Include instructions for services to be performed by the operator such as lubrication, adjustment, inspection, and recording gage readings.

1.2.1.7 Environmental Conditions

Include a list of Environmental Conditions (temperature, humidity, and other relevant data) that are best suited for the operation of each product, component or system. Describe conditions under which the item equipment should not be allowed to run.

1.2.2 Preventive Maintenance

Include the following information for preventive and scheduled maintenance to minimize corrective maintenance and repair.

1.2.2.1 Lubrication Data

Include preventative maintenance lubrication data, in addition to instructions for lubrication provided under paragraph titled "Operator Service Requirements": a. A table showing recommended lubricants for specific temperature ranges and

applications. b. Charts with a schematic diagram of the equipment showing lubrication points,

recommended types and grades of lubricants, and capacities. c. A Lubrication Schedule showing service interval frequency.

W917BK-09-R-0035 Page 148 of 151

01781 - P a g e | 3 Al Damook Police Station

1.2.2.2 Preventive Maintenance Plan and Schedule

Include manufacturer's schedule for routine preventive maintenance, inspections, tests and adjustments required to ensure proper and economical operation and to minimize corrective maintenance. Provide manufacturer's projection of preventive maintenance work-hours on a daily, weekly, monthly, and annual basis including craft requirements by type of craft. For periodic calibrations, provide manufacturer's specified frequency and procedures for each separate operation.

1.2.3 Correctiv e Maintenance (Repair)

Include manufacturer's recommended procedures and instructions for correcting problems and making repairs.

1.2.3.1 Troubleshooting Guides and Diagnostic Techniques

Include step-by-step procedures to promptly isolate the cause of typical malfunctions. Describe clearly why the checkout is performed and what conditions are to be sought. Identify tests or inspections and test equipment required to determine whether parts and equipment may be reused or require replacement.

1.2.3.2 Wiring Diagrams and Control Diagrams

Wiring diagrams and control diagrams shall be point-to-point drawings of wiring and control circuits including factory-field interfaces. Provide a complete and accurate depiction of the actual job specific wiring and control work. On diagrams, number electrical and electronic wiring and pneumatic control tubing and the terminals for each type, identically to actual installation configuration and numbering.

1.2.3.3 Maintenance and Repair Procedures

Include instructions and a list of tools required to repair or restore the product or equipment to proper condition or operating standards.

1.2.3.4 Removal and Replacement Instructions

Include step-by-step procedures and a list required tools and supplies for removal, replacement, disassembly, and assembly of components, assemblies, subassemblies, accessories, and attachments. Provide tolerances, dimensions, settings and adjustments required. Instructions shall include a combination of text and illustrations.

1.2.3.5 Spare Parts and Supply Lists

Include lists of spare parts and supplies required for maintenance and repair to ensure continued service or operation without unreasonable delays. Special

W917BK-09-R-0035 Page 149 of 151

01781 - P a g e | 4 Al Damook Police Station

consideration is required for facilities at remote locations. List the spare parts and supplies that have a long lead-time to obtain.

1.2.4 Correctiv e Maintenance Work-Hours

Include manufacturer's projection of corrective maintenance work-hours including requirements by type of craft. Corrective maintenance that requires completion or participation of the equipment manufacturer shall be identified and tabulated separately.

1.2.5 Appendices

Provide information required below and information not specified in the preceding paragraphs but pertinent to the maintenance or operation of the product or equipment. Include the following:

1.2.6 Parts Identification

Provide identification and coverage for all parts of each component, assembly, subassembly, and accessory of the end items subject to replacement. Include special hardware requirements, such as requirement to use high-strength bolts and nuts. Identify parts by make, model, serial number, and source of supply to allow reordering without further identification. Provide clear and legible illustrations, drawings, and exploded views to enable easy identification of the items. When illustrations omit the part numbers and description, both the illustrations and separate listing shall show the index, reference, or key number that will cross-reference the illustrated part to the listed part. Parts shown in the listings shall be grouped by components, assemblies, and subassemblies in accordance with the manufacturer's standard practice. Parts data may cover more than one model or series of equipment, components, assemblies, subassemblies, attachments, or accessories, such as typically shown in a master parts catalog

1.2.6.1 Warranty Information

List and explain the various warranties and include the servicing and technical pre-cautions prescribed by the manufacturers or contract documents in order to keep warranties in force. Include warranty information for primary components such as the compressor of air conditioning system.

1.2.6.2 Personnel Training Requirements

Provide information available from the manufacturers that is needed for use in training designated personnel to properly operate and maintain the equipment and systems.

1.2.6.3 Testing Equipment and Special Tool Information

Include information on test equipment required to perform specified tests and on

W917BK-09-R-0035 Page 150 of 151

01781 - P a g e | 5 Al Damook Police Station

special tools needed for the operation, maintenance, and repair of components.

1.2.6.4 Contractor Information

Provide a list that includes the name, address, and telephone number of the General Contractor and each Subcontractor who installed the product or equipment, or system. For each item, also provide the name address and telephone number of the manufacturer's representative and service organization most convenient to the project site. Provide the name, address, and telephone number of the product, equipment, and system manufacturers.

1.3 OMITTED

PART 2 PRODUCTS

Not used.

PART 3 EXECUTION

3.1 TRAI NING

Unless provided for elsewhere, the Contractor shall provide operational and maintenance training for all systems furnished under this contract in accordance with this section. The training shall not take place until the operation and maintenance manuals are submitted and approved.

Training will be given to personnel responsible for the operation and maintenance of the system at the installation. Orient training to the specific system being installed under this contract. Use operation and maintenance manual as the primary instructional aid in contractor provided activity personnel training. Manuals shall be delivered for each trainee with two additional sets delivered for archiving at the project site. Submit a training course schedule, syllabus, and training materials 14 days prior to the start of training. Obtain approval of the training course before beginning that phase of training. Furnish a qualified instructor approved by the system manufacturer to conduct training for the specific system.

Training manuals shall include an agenda, defined objectives and a detailed description of the subject matter for each lesson. Furnish audio-visual equipment and all other training materials and supplies. A training day is defined as 8 hours of classroom or lab instruction, including two 15 minute breaks and excluding lunch time, Monday through Friday, during the daytime shift in effect at the training facility. For guidance, the Contractor should assume the attendees will have a high school education.

The Contractor shall videotape the training session on CD or DVDs and provide the discs to the Government.

-- End of Section --

W917BK-09-R-0035 Page 151 of 151